By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework for the Supply of AVA Equipment and Accessories.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Durham County Council
Corporate Procurement, County Hall
For the attention of: Ian Wilson
DH1 5UL Durham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.durham.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework for the Supply of AVA Equipment and Accessories.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Corporate buildings and schools and academies throughout the County of Durham.

NUTS code UKC14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in years: 2
II.1.5)Short description of the contract or purchase(s)
Framework is for the appointment of four (4) suppliers to provide AVA Equipment and Accessories to the Council and schools and academies throughout the County.
II.1.6)Common procurement vocabulary (CPV)

32000000, 32320000, 32321000, 32321100, 32321200, 32322000, 32323000, 32323100, 32323300, 32324000, 32324100, 32324300, 32324500

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.6.2013. Completion 31.5.2015

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserve the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be set out in the tender documents if relevant.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Finance conditions and payment arrangements will be made in accordance with the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority reserve the right to require groupings of service providers to take a particular legal form or to require a single provider to take primary liability or to require each party to undertake joint and several liability. If relevant further details will be set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all it's commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
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: In accordance with articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006 and as set in the pre-qualification questionnaire (PQQ) available from the NEPO portal as detailed in section V1.3
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with articles 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set in the pre-qualification questionnaire (PQQ) available from the NEPO portal as detailed in section V1.3.
Minimum level(s) of standards possibly required: 1. Public Liability 5,000,000 GBP;
2. Employers Liability 10,000,000 GBP;
3. Motor Insurance 5,000,000 GBP.
Applicants must have a minimum annual turnover of GBP 1,200,000. Applicants will undergo a further credit assessment (full EN Standard form 02 - Contract notice 6 / 15 details are included in the PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set in the pre-qualification questionnaire (PQQ) available from the NEPO portal asdetailed in section V1.3.
Minimum level(s) of standards possibly required:
Essential criteria as outlined in the PQQ document.
Bidders must successfully pass Parts A-E of the PQQ (in line with the evaluation criteria set out in the PQQ documents) to have their responses to the Technical Criteria in Part F of the PQQ evaluated. Parts
A-E include financial assessment; grounds for exclusion; Insurance; health and safety and equality and diversity.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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 authority:
QTLE-952FDP
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.3.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.3.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.4.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of 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

Please note this Tender is being advertised on Durham County Council's E-tendering system. With reference to Section II.2.3 - please note that the service requirements under this contract are anticipated to be for a contract period of 2 years with an option to extend the provision for a further 2 years. Organisations can register electronically for the documents via www.nepoportal.org. Then access the supplier's area, select Durham and input QTLE-952FDP . The Framework will be let to a maximum of 4 contractors.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting Authority will incorporate a standstill period at the point information of the award of the Contract is communicated to bidders. That notification will provide full information on the award decision. The standstill period which will be for a minimum of 10 calendar days, provides time for the unsuccessful bidders to challenge EN Standard form 02 - Contract notice 11 / 15
the award decision before the contract is entered into. The Public Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or at riskof harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.3.2013