Tender for Parks Grounds Maintenance Equipment
As part of this process there will be a requirement for significant investment in a range of new grounds maintenance plant and equipment, to deliver the required improvements in service delivery.
UK-Birkenhead: Horticultural products
2013/S 002-002017
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Wirral Borough Council
Corporate Procurement, Municipal Building, Cleveland Street
CH41 6BU Birkenhead
UNITED KINGDOM
E-mail: tenders@wirral.gov.uk
Further information can be obtained from: via The Chest
Organisations interested in participating should register electronically via The Chest online at www.the-chest.org.uk To maintain probity and for auditing purposes all questions must be raised via ”The Chest’. Please do not contact Officers directly
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: via The Chest
Organisations interested in participating should register electronically via The Chest online at www.the-chest.org.uk. To maintain probity and for auditing purposes all questions must be raised via ”The Chest’. Please do not contact Officers directly
Tenders or requests to participate must be sent to: via The Chest
Organisations interested in participating should register electronically via The Chest online at www.the-chest.org.uk. To maintain probity and for auditing purposes all questions must be raised via ”The Chest’. Please do not contact Officers directly
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Borough of Wirral.
NUTS code UKD54
Duration of the framework agreement
Duration in months: 12
Estimated total value of purchases for the entire duration of the framework agreement
Frequency and value of the contracts to be awarded: 2 300 000.
As part of this process there will be a requirement for significant investment in a range of new grounds maintenance plant and equipment, to deliver the required improvements in service delivery.
Consequently, the Council is seeking to purchase the most up to date equipment that will facilitate efficient ‘lean’ ways of working, taking into account Environmental considerations such as carbon reduction.
As well as efficiency, the Council is keen to ensure that Health and Safety Risks to its own staff (and the general public etc) are minimised.
There will be an approximate total of up to 220 machines, this will include Small and Large Rotary Pedestrian Mowers, Tractors, Ride-On Mowers, Flail Mowers, Compact Tractors, Trailed Gang Mowers, Arboricultural Equipment, Trailers and Cemetery Machinery. The equipment will be on a schedule for call off delivered to the Council’s identified depot facilities.
03121000, 42000000, 16000000, 34000000
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
All as per detailed within the Pre-Qualification document accessible via The Chest.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
All as per detailed within the Pre-Qualification document accessible via The Chest.
Minimum level(s) of standards possibly required: All as per detailed within the Pre-Qualification document accessible via The Chest.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
– where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority,
– where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request;
(ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
All as per detailed within the Pre-Qualification document accessible via The Chest.
Minimum level(s) of standards possibly required:
All as per detailed within the Pre-Qualification document accessible via The Chest.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 30
2. Price. Weighting 70
Section VI: Complementary information
The Tenders will be opened by Wirral Legal services via ‘The Chest’.
VI.5)Date of dispatch of this notice:31.12.2012