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

Framework Contract for the Supply and Delivery of Electrical Components.

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: Kay Duthie
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 Contract for the Supply and Delivery of Electrical Components.
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: To include locations throughout the County of Durham. The Framework will also be made available to all Durham County Council Service Groupings, Durham and Darlington Fire and Rescue, Durham Constabulary, Sunderland City Council; and Schools and Acadamies within County Durham and Sunderland.

NUTS code UKC14,UKC23

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
maximum number of participants to the framework agreement envisaged: 18

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 500 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
To supply and deliver Electrical Components to various locations within County Durham on an as and when required basis. This framework will be divided into separate Lots and interested parties may bid for a Lot, a combination of Lots or All Lots. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for. Details of the Lots covered by this contract are outlined below:
Lot 1 Cable and Cable Accessories.
Lot 2 Distribution Boards and Associated Accessories.
Lot 3 Sockets, Switches and Associated Accessories.
Lot 4 Trunking, Conduit and Associated Accessories.
Lot 5 Light Fittings, Lamps and Associated Accessories.
Lot 6 Miscellaneous items - Batteries, Detectors and Cable Accessories.
Please note that the estimated value is not guaranteed.
II.1.6)Common procurement vocabulary (CPV)

31000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 - Cable & Cable Accessories
1)Short description
Supply and Delivery of Cable & Cable Accessories on an as and when required basis. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for.
2)Common procurement vocabulary (CPV)

31000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
It is the Council's intention to appoint a maximum of 3 suppliers on the Framework for each lot using a ranking system. The Council or entitled body intends to place call off orders with the Provider placed in first position for each Lot on the framework. Where the first placed Provider is unable to fulfil the requirement, the Council (or entitled body) may offer that Order to the Goods Framework Provider that submitted the next lowest priced tender for that Lot in accordance with the relevant Award Criteria.
However, Durham County Council and bodies entitled to use this framework agreement may undertake a mini competition within the relevant Lot(s) for all call offs within the framework at any stage of the Framework. All bidding organisations on the Framework within the relevant Lot(s) will be invited to take part in each mini competition.
Where the call off requirement(s) is across more than one Lot then all bidding organisations within these Lots will be invited to take part in the mini competition exercise.
Lot No: 2 Lot title: Lot 2 -Distribution Boards & Associated Accessories
1)Short description
Supply and Delivery of Distribution Boards & Associated Accessories on an as and when required basis. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for.
2)Common procurement vocabulary (CPV)

31000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
It is the Council's intention to appoint a maximum of 3 suppliers on the Framework for each lot using a ranking system. The Council or entitled body intends to place call off orders with the Provider placed in first position for each Lot on the framework. Where the first placed Provider is unable to fulfil the requirement, the Council (or entitled body) may offer that Order to the Goods Framework Provider that submitted the next lowest priced tender for that Lot in accordance with the relevant Award Criteria.
However, Durham County Council and bodies entitled to use this framework agreement may undertake a mini competition within the relevant Lot(s) for all call offs within the framework at any stage of the Framework. All bidding organisations on the Framework within the relevant Lot(s) will be invited to take part in each mini competition.
Where the call off requirement(s) is across more than one Lot then all bidding organisations within these Lots will be invited to take part in the mini competition exercise.
Lot No: 3 Lot title: Lot 3 - Sockets, Switches and Associated Accessories
1)Short description
Supply and Delivery of Sockets, Switches and Associated Accessories on an as and when required basis. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for.
2)Common procurement vocabulary (CPV)

31000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
It is the Council's intention to appoint a maximum of 3 suppliers on the Framework for each lot using a ranking system. The Council or entitled body intends to place call off orders with the Provider placed in first position for each Lot on the framework. Where the first placed Provider is unable to fulfil the requirement, the Council (or entitled body) may offer that Order to the Goods Framework Provider that submitted the next lowest priced tender for that Lot in accordance with the relevant Award Criteria.
However, Durham County Council and bodies entitled to use this framework agreement may undertake a mini competition within the relevant Lot(s) for all call offs within the framework at any stage of the Framework. All bidding organisations on the Framework within the relevant Lot(s) will be invited to take part in each mini competition.
Where the call off requirement(s) is across more than one Lot then all bidding organisations within these Lots will be invited to take part in the mini competition exercise.
Lot No: 4 Lot title: Lot 4 - Trunking, Conduit and Associated Accessories
1)Short description
Supply and Delivery of Trunking, Conduit and Associated Accessories on an as and when required basis. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for.
2)Common procurement vocabulary (CPV)

31000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
It is the Council's intention to appoint a maximum of 3 suppliers on the Framework for each lot using a ranking system. The Council or entitled body intends to place call off orders with the Provider placed in first position for each Lot on the framework. Where the first placed Provider is unable to fulfil the requirement, the Council (or entitled body) may offer that Order to the Goods Framework Provider that submitted the next lowest priced tender for that Lot in accordance with the relevant Award Criteria.
However, Durham County Council and bodies entitled to use this framework agreement may undertake a mini competition within the relevant Lot(s) for all call offs within the framework at any stage of the Framework. All bidding organisations on the Framework within the relevant Lot(s) will be invited to take part in each mini competition.
Where the call off requirement(s) is across more than one Lot then all bidding organisations within these Lots will be invited to take part in the mini competition exercise.
Lot No: 5 Lot title: Lot 5 - Light Fittings, Lamps and Associated Accessories
1)Short description
Supply and Delivery of Light Fittings, Lamps and Associated Accessories on an as and when required basis. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for.
2)Common procurement vocabulary (CPV)

31000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
It is the Council's intention to appoint a maximum of 3 suppliers on the Framework for each lot using a ranking system. The Council or entitled body intends to place call off orders with the Provider placed in first position for each Lot on the framework. Where the first placed Provider is unable to fulfil the requirement, the Council (or entitled body) may offer that Order to the Goods Framework Provider that submitted the next lowest priced tender for that Lot in accordance with the relevant Award Criteria.
However, Durham County Council and bodies entitled to use this framework agreement may undertake a mini competition within the relevant Lot(s) for all call offs within the framework at any stage of the Framework. All bidding organisations on the Framework within the relevant Lot(s) will be invited to take part in each mini competition.
Where the call off requirement(s) is across more than one Lot then all bidding organisations within these Lots will be invited to take part in the mini competition exercise.
Lot No: 6 Lot title: Lot 6 - Miscellaneous Items
1)Short description
Supply and Delivery of Miscellaneous Items including Batteries, Detectors, Cable Accessories, on an as and when required basis. The Council requires Providers to be able to supply all items within each individual Lot that they are bidding for.
2)Common procurement vocabulary (CPV)

31000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
It is the Council's intention to appoint a maximum of 3 suppliers on the Framework for each lot using a ranking system. The Council or entitled body intends to place call off orders with the Provider placed in first position for each Lot on the framework. Where the first placed Provider is unable to fulfil the requirement, the Council (or entitled body) may offer that Order to the Goods Framework Provider that submitted the next lowest priced tender for that Lot in accordance with the relevant Award Criteria.
However, Durham County Council and bodies entitled to use this framework agreement may undertake a mini competition within the relevant Lot(s) for all call offs within the framework at any stage of the Framework. All bidding organisations on the Framework within the relevant Lot(s) will be invited to take part in each mini competition.
Where the call off requirement(s) is across more than one Lot then all bidding organisations within these Lots will be invited to take part in the mini competition exercise.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be set out in the tender document, if relevant.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves 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 its 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 -50 of Directive 2004/18/EC and Regulations 23-29 of the Public Contract Regulations 2006 and as set out in the tender documents available from the NEPO Portal as detailed in V1.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulations 24 of the Public Contract Regulations 2006 and as set out in the tender documents available from the NEPO Portal as detailed in Section V1.3.
Minimum level(s) of standards possibly required: 1. Public Liability - GBP 5 million 2. Employer's Liability - GBP 10 million 3. Product Liability - GBP 5 million 4. Motor Vehicle Insurance - GBP 5 million.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 - 50 of Directive 2004/18/EC and Regulations 25 of the Public Contract Regulations 2006 and as set out in the Tender documents available from the NEPO Portal as detailed in Section V1.3.
Minimum level(s) of standards possibly required:
Bidders must successfully pass parts A - F of the Business Questionnaire in line with the evaluation criteria listed. Parts A - F of the Business Questionnaire include: grounds for exclusion, insurance, health and safety and equality and diversity and Essential Criteria. The Council intends to award the framework to a maximum of 3 successful Contractor(s) for each Lot.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
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-9DLLTY
IV.3.2)Previous publication(s) concerning the same contract
no
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: 24.2.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.2.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 28.2.2014

Place:

County Hall, Durham.

Persons authorised to be present at the opening of tenders: no

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
All Durham County Council Service Groupings, Durham and Darlington Fire and Rescue, Durham Constabulary, Sunderland City Council; and Schools and Acadamies within County Durham and Sunderland will be entitled to draw from the framework as necessary.

Please note this tender opportunity is being advertised on Durham County Councils E-tendering system. Organisations can register electronically for the documents via www.nepoportal.org. Then access the suppliers area and select Durham. Input reference QTLE-DLLTY.

The contract is for a 2 year period with the option to extend for a further 2 years.
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:
15.1.2014