SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)Banbridge District Council
Civic Building, Downshire Road
Contact: Technical Services Department
Attn: Eric Morton
BT32 3JY Banbridge
UNITED KINGDOM
Tel. +44 2840660604
E-mail:
Fax +44 2840660601
Internet address(es)
General address of the contracting authority www.banbridge.gov.uk
Address of the buyer profile http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA22250
Further information can be obtained at: Banbridge District Council
Civic Building, Downshire Road, Banbridge
Contact: Technical Services Department
Attn: Eric Morton
BT32 3JY Banbridge
UNITED KINGDOM
Tel. +44 2840660604
E-mail:
Fax +44 2840660601
Internet: www.banbridge.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Banbridge District Council
Civic Building, Downshire Road, Banbridge
Contact: Technical Services Department
Attn: Eric Morton
BT32 3JY Banbridge
UNITED KINGDOM
Tel. +44 2840660604
E-mail:
Fax +44 2840660601
Internet: www.banbridge.gov.uk
Tenders or requests to participate must be sent to: Banbridge District Council
Civic Building, Downshire Road, Banbridge
Contact: Member Services
Attn: The Chief Executive
BT32 3JY Banbridge
UNITED KINGDOM
Tel. +44 2840660604
E-mail:
Fax +44 2840660601
Internet: www.banbridge.gov.uk
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESRegional or local authority
Environment
SECTION II: OBJECT OF THE CONTRACT
II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authoritySupply and delivery of 2 refuse collection vehicle, split body recycling pod, bin weigh, id system.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main place of delivery Council Depot, Scarva Road, Banbridge, Co Down, BT32 3QD N Ireland.
NUTS code UK
II.1.3)The notice involvesA public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Supply and delivery of 2 no refuse collection vehicle complete with split body, recycling Pod, bin weigh system mounted on 32 000 kg 8 x 4 chassis.
Note: to register your interest in this notice and obtain any additional information please visit the myTenders web site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=82379.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Contract covered by the Government Procurement Agreement (GPA)Yes
II.1.8)Division into lotsNo
II.1.9)Variants will be acceptedNo
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeExcluding VAT
Range between 200 000 and 600 000 GBP
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Starting 26.9.2011. Completion 31.3.2012
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 regulating themDelivery payment within 30 days.
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 to which the performance of the contract is subjectNo
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 requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the state in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
III.2.2)Economic and financial capacityInformation and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
III.2.3)Technical capacity
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureOpen
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 criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Compartment capacity. Weighting 5
2. Extended warranty. Weighting 5
3. Experience. Weighting 5
4. Quality. Weighting 5
IV.2.2)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents 25.7.2011
IV.3.4)Time-limit for receipt of tenders or requests to participate5.8.2011 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderUntil 1.8.2012
IV.3.8)Conditions for opening tendersDate: 8.8.2011 - 12:00
Place
Civic Building, Downshire Road, Banbridge, BT32 3JY, UNITED KINGDOM.
Persons authorised to be present at the opening of tenders Yes
2 officers
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATIONTender documents and specification may be obtained in writing to Mr Eric Morton, Operations Mangager, Banbridge District Council, Civic Building, Downshire Road, Banbridge BT32 3JY, UNITED KINGDOM or by e-mail giving the company's postal address.
Tel: +44 2840660604.
e-mail:
(MT Ref:82379).
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal proceduresBanbridge District Council
Civic Building, Downshire Road
BT32 3JY Banbridge
UNITED KINGDOM
E-mail:
Tel. +44 2840660604
Internet: www.banbridge.gov.uk
Fax +44 2840660601
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:17.6.2011