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

Contract for Manufacture and Supply of Precast Concrete Kerbs and Slabs and Supply of Aggregates.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

South Tyneside Council
Strategic Procurement Team, Chief Executives Office, Town Hall and Civic Offices, Westoe Road
For the attention of: Steven Burden
NE33 2RL South Shields
UNITED KINGDOM
Telephone: +44 7881510726
E-mail:

Further information can be obtained from: NEPO
Guildhall, Quayside
Contact point(s): Reference QTLE-9FTE47
NE1 3AF Newcastle upon Tyne
UNITED KINGDOM
Internet address: http://www.qtegov.com/procontract/supplier.nsf

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NEPO
Guildhall, Quayside
Contact point(s): Reference QTLE-9FTE47
NE1 3AF Newcastle upon Tyne
UNITED KINGDOM
Internet address: http://www.qtegov.com/procontract/supplier.nsf

Tenders or requests to participate must be sent to: NEPO
Guildhall, Quayside
Contact point(s): Reference QTLE-9FTE47
NE1 3AF Newcastle upon Tyne
UNITED KINGDOM
Internet address: http://www.qtegov.com/procontract/supplier.nsf

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:
Contract for Manufacture and Supply of Precast Concrete Kerbs and Slabs and Supply of Aggregates.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Borough of South Tyneside.

NUTS code UKC

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Manufacture and supply of precast concrete kerbs and supply of aggregates.
II.1.6)Common procurement vocabulary (CPV)

44000000

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
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Manufacture and supply precast concrete slabs and kerbs
1)Short description
Manufacture and supply precast concrete slabs and kerbs.
2)Common procurement vocabulary (CPV)

44000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Supply of Aggregates
1)Short description
Supply of Aggregates.
2)Common procurement vocabulary (CPV)

44000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
QTLE-9FTE47
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.3.2014 - 12:00
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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:
29.1.2014