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

Scientifc Services.

Contract notice

Services

Section I: Contracting authority

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

Bristol City Council
The Council House, College Green
Contact point(s): Bristol City Council, Strategic Commissioning and Procurement Service
For the attention of: Katrina Marsh
BS1 5TR Bristol
UNITED KINGDOM
Telephone: +44 1179222733
E-mail:
Fax: +44 1179222011

Internet address(es)

General address of the contracting authority www.bristol.gov.uk

Electronic access to information https://www.proactisplaza.com/SupplierPortal/Default.aspx

Electronic submission of tenders and requests to participate https://www.proactisplaza.com/SupplierPortal/Default.aspx

Further information can be obtained from: Bristol City Council
All responses to this notice should be submitted by logging on to https://procurement.bristol.gov.uk/supplierselfservice
Bristol
UNITED KINGDOM

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bristol City Council
All responses to this notice should be submitted by logging on to https://procurement.bristol.gov.uk/supplierselfservice
Bristol
UNITED KINGDOM

Tenders or requests to participate must be sent to: Bristol City Council
All responses to this notice should be submitted by logging on to https://procurement.bristol.gov.uk/supplierselfservice
Bristol
UNITED KINGDOM

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:
Scientifc Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main place of performance: Bristol, UK.

NUTS code UKK11

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)
Provision of Scientific Services.
II.1.6)Common procurement vocabulary (CPV)

90700000, 90721000, 90721300, 90731400, 90733100, 90711000, 90731000, 90731100, 90731500, 90731600, 90731800, 90733000

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: 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
Bristol City Council is seeking to procure the laboratories services it needs as a Local Authority. The services include Public Analyst/ Official Food Laboratory service, microbiological and chemical analysis of water, air quality and pollution work, and asbestos bulk analysis.

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

Estimated value excluding VAT:
Range: between 250 000,00 and 450 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

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
Payment and the payment terms and conditions will be set out in the contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
The Authority will consider bids from companies or from consortia or joint ventures. However, legal entities must be formed prior to award and full details of the proposed contracting structures must be provided at the PQQ stage.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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 Regulation 23 to 26 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire.
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 Regulation 24 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Applicants should be able to demonstrate financial stability and an acceptable level of risk.
Insurance requirements - Public Liability of 5 000 000 GBP.
Employee Liability of 10 000 000 GBP.
Professional Indemnity of 2 000 000 GBP.
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 out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required
60 % (or more) of the total scores available for technical capacity (as detailed in the PQQ) must be achieved.
To ensure accountability, the Public Analyst (which is a statutory appointment) must be an employee of the Main Contractor; this cannot be provided by a subcontractor - a committment to this approach is sought via the PQQ.
Acceditation to ISO17025.
Appplicants must be able to demonstrate an appropriate level of competence with regards to Health & Safety (as evidence in their H&S; Policy).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 5
Objective criteria for choosing the limited number of candidates: Highest scoring applicants using criteria and scoring system explained in the PQQ.
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:
PRO1000088
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: 25.11.2011 - 10:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.11.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.12.2011
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 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

Regarding IV.3.4 - requests to participate must be made by completion and submission of the pre-qualification questionnaire available online (at https://proactisplaza.com) by the date and time specified in point IV.3.4 and in accordance with the instructions set out in the pre-qualification questionnaire. Completed pre-qualification questionnaires submitted after the deadline will not be considered.

Applicants are advised that the Council is subject to the Freedom of Information Act 200 ('the Act'). If an applicant considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Authority may take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
All dates and time periods specified in this notice are only provisional and the Council reserves the right to change these.
The Council reserves the right not to award the whole or any part of this contract. No statement or thing contained in this notice or the tender documents or made or undertaken as part of the tender process is intended to or shall be taken as constituting a contract, agreement, warranty or representation between the Council and/or any other party (excluding a formal award of contract made by the Council or any formal express legal agreement).
Bidding and bid costs are entirely at the risk of applicants/bidders and will not be refunded by the Council under any circumstances.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

no such UK body

Body responsible for mediation procedures

no such UK body

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about contract award procedures and the application of a standstill period prior to contract award) and Regulation 47 (Enforcement of Obligations) of the Procurement Contract Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Bristol District Registry of the High Court of Justice
Greyfriars Lewins Mead
BS1 2NR Bristol
UNITED KINGDOM
Telephone: +44 1179106700

VI.5)Date of dispatch of this notice:
25.10.2011