Re-Use Furniture Packages and Full/Partial New Furniture Packages for Temporary Accommodation.
CONTRACT NOTICE
Supplies
SECTION I: CONTRACTING AUTHORITY
Clackmannanshire Council
Greenfield House, Mar Street
Attn: Head of Strategy & Customer Service
FK10 2AD Alloa
UNITED KINGDOM
Tel. +44 1259452017
Internet address(es)
General address of the contracting authority http://www.clacksweb.org.uk/
Address of the buyer profile http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260
Further information can be obtained at: As in above-mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)
General public services
SECTION II: OBJECT OF THE CONTRACT
Purchase
Main place of delivery Clackmannanshire.
NUTS code UKM22
maximum number of participants to the framework agreement envisaged 10
Duration of the framework agreement: Duration in year(s): 3
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 420 000 GBP
Clackmannanshire Council is seeking to enter into contract in order to purchase both new and second hand furniture in order to furnish its stock of temporary accommodation.
The tender is in two parts.
1. A contract to supply, deliver and install re-use/recycled furniture.
2. A contract to supply, deliver and install new furniture.
Providers will be able to submit completed tender documentation for one or both elements of the tender.
Contract Details.
1. Contract for supply and installation of Re-Use Furniture: approx value. 60 000 GBP per year.
Estimated 150 packages per year.
2. Contract for supply and installation of New Furniture: approx value 80 000 GBP per year.
Estimated packages.
Fully furnished packages 20 per year.
Re-stock of properties 170 per year.
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=204047.
39143110, 39516100, 39531400, 39143000, 39140000, 39143120, 34911100, 39220000, 39221100, 39221110, 39221180, 39224300, 39240000, 39513000, 39514100, 39515000, 39515400, 39531000, 39700000, 44112200, 44410000
tenders should be submitted for one or more lots
Approx value 60 000 GBP per year.
Estimated 150 packages per year.
Contract for supply and installation of new furniture.
Approx value 80 000 GBP per year.
Estimated packages fully furnished packages 20 per year.
Re-stock of properties 170 per year.
Excluding VAT 420 000 GBP
INFORMATION ABOUT LOTS
LOT NO: 1 TITLE Contract for supply and installation of re-use furniture39143110
Excluding VAT 180 000 GBP
Estimated packages: fully furnished packages 20 per year.
Re-stock of properties 170 per year.
44112200
Excluding VAT 240 000 GBP
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Joint and severally liable.
(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.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) 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.
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
SECTION VI: COMPLEMENTARY INFORMATION