Sweeper Purchase Associated British Ports
2 x dual sweep 8 cubic metre capacity hopper road sweepers with full width rear suction capability complete with high pressure water jetting systems. 1 x dual sweep 6.5 cubic metre capacity hopper road sweeper complete with high pressure water jetting systems.
UK-Immingham: suction-sweeper vehicles
2012/S 58-095049
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Associated British Ports
Dock Office, Immingham Dock
For the attention of: Terry Steels
DN40 2LZ Immingham
UNITED KINGDOM
Telephone: +44 1469570509
E-mail: tsteels@abports.co.uk
Fax: +44 1469576140
Internet address(es):
General address of the contracting entity: http://abports.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Port-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Sweeper purchase.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Port of Immingham.
NUTS code UKE13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
2 x dual sweep 8 cubic metre capacity hopper road sweepers with full width rear suction capability complete with high pressure water jetting systems.
1 x dual sweep 6.5 cubic metre capacity hopper road sweeper complete with high pressure water jetting systems.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See II.1.5.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No deposits are required with requests to participate.
Applicants will be advised of any guarantees, warranties, and parent company guarantees required under the contract within the tender document or at pre-qualification stage.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The purchase will be wholly financed by Associated British Ports.
Payment provisions, retentions and liquidated damages will be confirmed in the tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contract will be awarded to a single entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The form of contract shall be ABP’s conditions of contract for the procurement of proprietary plant and equipment.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: a) The applicant must demonstrate previous experience and technical ability relating to the design, manufacture and delivery of similar equipment;
b) The applicant must accept the form of contract in III.1.4;
c) Organisations must hold appropriate professional qualifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The following information is required from the applicant as part of their request to participate:
a) Statements and references from the applicants bankers;
b) Annual report and accounts for the relevant division of the firm for the 3 previous financial years;
c) If not included in the above, a copy of the firms balance sheet and profit and loss account for the three previous financial years;
d) The firms company registration number and details;
e) Details of the applicants insurance provisions and current copy of certificates.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The following information is required from the applicant as part of their request to participate:
a) Technical competency and proven track record in relation to the design, manufacture and delivery of the specified equipment;
b) Reference list of similar equipment supplied both in the UK and world wide in the last 5 years;
c) Evidence of technical capability and product support in the UK;
d) The applicant must provide copies of all policy and procedural documents demonstrating their management and implementation of all health, safety and environmental legislative requirements;
e) The applicant must also provide health and safety performance statistics including prosecutions and notices served on the applicant, and accident statistics for the previous 3 years.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
9.4.2012 – 09:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
This is a pre-qualification only, prior to selecting a shortlist of tenderers.
Please note we require the prospective supplier to provide the offer of a maintenance and service contract for the 3 machines working a combined total of 15 000 hours per annum.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.3.2012