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

Commercial Catering Equipment.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries and Galloway Council
Procurement Team, Carmont House
For the attention of: Craig Bouse
DG1 4ZJ Dumfries
UNITED KINGDOM
Telephone: +44 1387260607

Internet address(es):

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

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

Further information can be obtained from: Dumfries and Galloway Council
Procurement Team, Carmont House
For the attention of: Craig Bouse
DG1 4ZJ Dumfries
UNITED KINGDOM
Telephone: +44 1387260607
Internet address: http://www.dumgal.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dumfries and Galloway Council
Procurement Team, Carmont House
For the attention of: Craig Bouse
DG1 4ZJ Dumfries
UNITED KINGDOM
Telephone: +44 1387260607
Internet address: http://www.dumgal.gov.uk

Tenders or requests to participate must be sent to: Dumfries and Galloway Council
Procurement Team, Carmont House
For the attention of: Craig Bouse
DG1 4ZJ Dumfries
UNITED KINGDOM
Telephone: +44 1387260607
Internet address: http://www.dumgal.gov.uk

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:
Commercial Catering Equipment.
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: Throughout Dumfries & Galloway.

NUTS code UKM32

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: 4

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT: 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Dumfries and Galloway Council are inviting tenders for the provision to provide concept designs, supply and install commercial catering equipment for all Council buildings within Dumfries and Galloway’s property portfolio as required. The contract would run for four years and the value of the contract is expected to be around 250 000 GBP per annum, although this value is not guaranteed.
The first tranche of works (Lot 1) will be awarded as part of the tender evaluation. This evaluation will also determine the four operators who will be apppointed to the framework.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=241604.

The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=241604.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

39310000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all 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:
Dumfries & Galloway Council are inviting tenders for the provision to provide concept designs, supply and install commercial catering equipment for all council buildings within our property portfolio when required. The contract period would run for four years and the value of the contract is expected to be around 250 000 GBP per annum although this value is not guaranteed.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Following the initial three year contract, there will be the option to extend for an additional year.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.4.2013. Completion 31.3.2017

Information about lots

Lot No: 1 Lot title: St Joseph's College - Dumfries
1)Short description
Kitchen refurbishment for St Joseph's College. This is one of the largest schools in Dumfries with a pupil roll of 692.
2)Common procurement vocabulary (CPV)

39310000

3)Quantity or scope
To supply, install and design (if necessary) a kitchen for the above mentioned school. This work must be carried out during the school summer holiday.
Estimated value excluding VAT: 90 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2013. Completion 16.8.2013
5)Additional information about lots
This work must be carried out during the school summer holiday. The Period for this work must take place between the Wednesday 3.7.2013 and Friday 16.8.2013.

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:
Delivery Payment.
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The first tranche of works (lot 1) must commence and be completed during the school summer holidays (Wednesday 3.7.2013 to Friday 16.8.2013). Contractors will be asked to confirm their ability to fulfil this requirement at the Invitation to Tender stage.
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: (1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(2) 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 ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
As per PQQ and ITT documents.
Minimum level(s) of standards possibly required:
As per PQQ and ITT documents.
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
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: Contractor(s) will be appointed to the framework based on their tender submission (Price/Quality evaluation). 5 contractors will be appointed to the framework. The first tranche of works (lot 1) will be awarded as a result of this evaluation.
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:
DG/CB/221/12
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2010/S 195-297945 of 7.10.2010

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: 21.11.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
28.11.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.12.2012
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: yes
Estimated timing for further notices to be published: Autumn 2015 or Autumn 2016, depending on whether the Council decided to extend this contract for the additional year.
VI.2)Information about European Union funds
VI.3)Additional information
A minimum of 5 tenderers will be shortlisted to the tender stage based on their capacity, capability, experience and financial standing.
(SC Ref:241604).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sheriff Court
Buccleuch Street
Dumfries
UNITED KINGDOM

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:
15.10.2012