Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Bristol Water PLC
PO Box 218, Bridgwater Road, Bedminster Down
Contact point(s): Procurement Contracts Manager
For the attention of: Penny Williams
bs997au Bristol
UNITED KINGDOM
Telephone: +44 1179341038
E-mail:
Internet address(es):
General address of the contracting entity: http://www.bristolwater.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.3)Contract award on behalf of other contracting entitiesThe 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:Bristol Water Furniture Broker as part of the Bristol Water Head Office Refurbishment Project.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Bristol Water PLC.
NUTS code UKK11
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 agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 18
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 700 000 GBP
II.1.5)Short description of the contract or purchase(s):The successful company will be responsible for offering a complete project management and supply chain management solution to enable the successful procurement of Bristol Water furniture for the entirety of the Bristol Water Head Office Refurbishment Project in order to achieve the best possible value for money, within an agreed budget and timescales.
It is anticipated that this project wil have three sub-phases due to the requirement to keep the vast majority of existing head office building staff on site during the works. The programme for furniture installation is February 2014, April 2014, October 2014 and April 2015.
All interested parties will be required to submit a Tender by the closing date and time listed in this OJEU notice. Access to view and submit a Tender will be online through Bristol Water SAP Sourcing. To gain access to the Invitation to Tender suppliers must email the person named in this notice and provide the following information:
1) Company Full Name
2) Company Registration Number
3) Achilles Registration Number (if applicable)
4) Full Company Address including building name, street, city, postcode, country
5) Full Name of the Contact for all correspondence
6) Email Address for all correspondence
7) office telephone Number for correspondence
8) Mobile telephone number for correspondence
9) Secondary contact name and telephone number
II.1.6)Common procurement vocabulary (CPV)39000000, 39100000, 39110000, 39120000, 39130000, 39180000, 39131000, 39132000, 39133000, 39134000, 39141100, 39141200, 39141300, 39150000, 39156000, 39151300, 39153000
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 lotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis 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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the Invitation to Tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the Invitation to Tender.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the Invitation to Tender.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the Invitation to Tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:1990C
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate28.10.2013 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information:This tender process will determine whether applicants can provide an economically advantageous service to the client, which may lead to an award of contract. Applicants must provide details of a single point of contact including an electronic mail address that will be used for further communications. Any communications from applicants, including the request to participate, must be by electronic mail or letter to the address shown in I.1.Applicants are advised that the contract duration indicated in II.3. is an indicative period under consideration. Applicants should note that Bristol Water employ an eSourcing (SAP Sourcing) system and all participants will be required to use this system whilst tendering.
Tender submissions must be submitted as per the Invitation to Tender no later than 12:00hrs (noon) British Standard Time (BST) on the 28.10.2013.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Bristol Water PLC will incorporate a minimum 10 calendar day standstill at the point of information on the award of the contract is communicated to tenderers in accordance with EU legislation.
VI.4.3)Service from which information about the lodging of appeals may be obtainedBristol Water PLC
PO Box 218, Bridgwater Road, Bedminster Down
BS997AU Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 1179341038
VI.5)Date of dispatch of this notice:19.9.2013