Newry Public Realm supply of natural stone materials (unique reference nr. 20/2011).

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Newry and Mourne District Council
Haughey House, Rampart Road, Greenbank Industrial Estate
Attn: Project Administrator
BT34 2QU Newry
UNITED KINGDOM
Tel. +44 2890779392
E-mail:
Fax +44 2890773763

Internet address(es)

General address of the contracting authority http://www.newryandmourne.gov.uk

Address of the buyer profile http://www.newryandmourne.gov.uk

Further information can be obtained at: Edmond Shipway
Portview House, 80 Dargan Road
Attn: Newry Public Realm Project Administrator
BT3 9JU Belfast
UNITED KINGDOM
Tel. +44 2890779392
E-mail:
Fax +44 2890773763
Internet: www.newryandmourne.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Edmond Shipway
Portview House, 80 Dargan Road
Attn: Newry Public Realm Project Administrator
BT3 9JU Belfast
UNITED KINGDOM
Tel. +44 2890779392
E-mail:
Fax +44 2890773763
Internet: www.newryandmourne.gov.uk

Tenders or requests to participate must be sent to: Edmond Shipway
Portview House, 80 Dargan Road
Attn: Newry Public Realm Project Administrator
BT3 9JU Belfast
UNITED KINGDOM
Tel. +44 2890779392
E-mail:
Fax +44 2890773763
Internet: www.newryandmourne.gov.uk

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
General public services
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
Newry Public Realm supply of natural stone materials (unique reference nr. 20/2011).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery Newry, Co. Down, Northern Ireland.

NUTS code UKN03

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply and delivery of granite paving materials and granite seating/bollard features for incorporation by others in the contract works (Newry Public Realm), at Newry City, Northern Ireland.
II.1.6)Common procurement vocabulary (CPV)

44000000, 44113100

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The contract is for the supply and delivery of approximately 8 177 m2 of solid granite paving, approximately 2 515 m of soild granite kerbs and approximately 156 Nr granite seating cubes/bollards/benches.
Excluding VAT 550 000,00 GBP
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 3 (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
The contracting authority will require the successful supplier to take out a performance bond for up to 10 % of the value of the supplies contract from an A rated bank or financial institution registered in the UK and registered with the FSA.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
The commission will be procured using a supplies contract as detailed within the ITT documents which will be provided to applicants following receipt of written expressions of interest.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Will be detailed in the ITT documents which will be provided to applicants following receipt of written expressions of interest.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
Subject to successful grant applications by the contracting authority.
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 requirements are met: Will be detailed in the ITT documents which will be provided to applicants following receipt of written expressions of interest.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: Will be detailed in the ITT documents which will be provided to applicants following receipt of written expressions of interest.
Minimum level(s) of standards possibly required Will be detailed in the ITT documents which will be provided to applicants following receipt of written expressions of interest.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
Will be detailed in the ITT documents which will be provided to applicants following receipt of written expressions of interest.
Minimum level(s) of standards possibly required
Will be detailed in the ITT documents which will be provided to applicants following receipt of written expressions of interest.
III.2.4)Reserved contracts
No
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 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)An electronic auction will be used
No
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
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 23.9.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
30.9.2011 - 15:00
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
Duration in month(s): 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 3) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court in Northern Ireland.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
21.8.2011