Vending Machine Services for Greater Manchester Police
The Office of the Police and Crime Commissioner for Greater Manchester requires a contract for the provision of a fully managed service of approximately 26 Hot Drinks machines, 30 Snack machines.
United Kingdom-Ashton-under-Lyne: Vending machines
2015/S 046-079294
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Police and Crime Commissioner for Greater Manchester
GB 183 0464 15
3rd Floor, Nexus House, Alexandria Drive
For the attention of: Nigel Rudyard
OL7 0QP Ashton-under-Lyne
UNITED KINGDOM
Telephone: +44 1618561114
E-mail: nigel.rudyard@gmp.police.uk
Internet address(es):
General address of the contracting authority: http://www.gmp.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/35572
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11784&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11784&B=BLUELIGHT
Further information can be obtained from: Police and Crime Commissioner for Greater Manchester
GB 183 0464 15
3rd Floor, Nexus House, Alexandria Drive
For the attention of: Nigel Rudyard
OL7 0QP Ashton-under-Lyne
UNITED KINGDOM
Telephone: +44 1618561114
E-mail: nigel.rudyard@gmp.police.uk
Internet address: http://www.gmp.police.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Police and Crime Commissioner for Greater Manchester
GB 183 0464 15
3rd Floor, Nexus House, Alexandria Drive
For the attention of: Nigel Rudyard
OL7 0QP Ashton-under-Lyne
UNITED KINGDOM
Telephone: +44 1618561114
E-mail: nigel.rudyard@gmp.police.uk
Internet address: http://www.gmp.police.uk
Tenders or requests to participate must be sent to: Police and Crime Commissioner for Greater Manchester
GB 183 0464 15
3rd Floor, Nexus House, Alexandria Drive
For the attention of: Nigel Rudyard
OL7 0QP Ashton-under-Lyne
UNITED KINGDOM
Telephone: +44 1618561114
E-mail: nigel.rudyard@gmp.police.uk
Internet address: http://www.gmp.police.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Greater Manchester.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
There may be requirements to install, move, or decommission machines during the life of the contract, according to the needs of the organisation.
II.1.6)Common procurement vocabulary (CPV)
42933000, 15894500
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Hot drinks machines
1)Short description
2)Common procurement vocabulary (CPV)
42933000, 15894500
Lot No: 2Lot title: Snack/food machines
1)Short description
2)Common procurement vocabulary (CPV)
42933000, 15894500
Lot No: 3Lot title: Cold drinks machines
1)Short description
2)Common procurement vocabulary (CPV)
42933000, 15894500
Lot No: 4Lot title: Table top coffee machines
1)Short description
2)Common procurement vocabulary (CPV)
42933000, 15894500
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 26.5.1972 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 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Further information is available in the PQQ and on the Bluelight e-tendering portal.
III.2.2)Economic and financial ability
(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 3 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. Further information is available in the PQQ and on the Bluelight e-tendering portal.
Minimum level(s) of standards possibly required: Further information is available in the PQQ and on the Bluelight e-tendering portal.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 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 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: âEUR’ where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, âEUR’ 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 3 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. Further information is available in the PQQ and on the Bluelight e-tendering portal.
Minimum level(s) of standards possibly required:
Further information is available in the PQQ and on the Bluelight e-tendering portal.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This tender process will be carried out using Bluelight, a third party e-tendering system. In order to express an interest and potentially tender for this opportunity you must first register your company details on the following website: https://www.bluelight.gov.uk There is no fee to register and no subscription charge. Tender documentation will only be made available via Bluelight. You are not required to contact the Procurement Department at Greater Manchester Police directly to express interest in this tender opportunity. For details of other contracting authorities on whose behalf this contract will be awarded, please see the tender documentation Bluelight Supplier contact with Greater Manchester Police, about any matter relating to this procurement,must be made via the messaging facility within Bluelight. No other methods of communication will receive a response. No requests should be directed to any other officer or employee of the Commissioner, or its advisors or any other statutory body, without the Commissioner’s prior written agreement. This applies during the whole period of the open tender process.
VI.4.1)Body responsible for appeal procedures
Police and Crime Commissioner for Greater Manchester
GB 183 0464 15
3rd Floor, Nexus House, Alexandria Drive
OL7 0QP Ashton-under-Lyne
UNITED KINGDOM
E-mail: procurement@gmp.police.uk
Telephone: +44 1618561140
Internet address: http://www.gmp.police.uk
VI.5)Date of dispatch of this notice: