Supply of kitchen units to council housing properties in the Falkirk area.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Falkirk Council
Municipal Buildings, West Bridge Street
Contact point(s): Purchasing
FK1 5RS Falkirk
UNITED KINGDOM
Telephone: +44 1324506566

Internet address(es):

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

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

Further information can be obtained from: Falkirk Council
Municipal Buildings, West Bridge Street
Contact point(s): Purchasing
FK1 5RS Falkirk
UNITED KINGDOM
Telephone: +44 1324506566
Internet address: http://www.falkirk.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:
Supply of kitchen units to council housing properties in the Falkirk area.
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: Falkirk District areas of operation.

NUTS code UKM26

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 a single operator

Duration of the framework agreement

Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: Market condition dictated duration.

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

Estimated value excluding VAT: 1 750 000 GBP
II.1.5)Short description of the contract or purchase(s)
To support void property, new build and general maintenance programmes, Falkirk Council wishes to establish a Framework Agreement for the supply of Kitchen units and associated sundries for use of throughout Falkirk Council areas of operation.

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=247649

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=247649

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)

39141000, 39221000, 39221100, 39141400

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: 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:
See specification within SPQQ documentation.
II.2.2)Information about options
Options: yes
Description of these options: Up to a further 2 year extension.
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
II.3)Duration of the contract or time limit for completion
Starting 1.5.2013. Completion 30.4.2016

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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Legal form to be taken by the grouping of suppliers, contractors or service providers to who legal contract is awarded. If applying on behalf of a consortium all names must be submitted. Any contract will be entered into with nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and severally liability in respect of the obligations and liabilities of the contract. It will be for the members of the consortium to sort out their respective duties and liabilities amongst each other and noted before contract commencement. All associated documentation will be made to the nominated lead organisation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under this procurement the contractor will be required to support the authority's economic and social regeneration objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.
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: Legal position - means of proof required:
(1) an extract from the ‘judicial record' or equivalent issued by the legal or administrative authority of the country of origin, by a declaration on oath or by a solemn declaration made before a competent judicial or administrative authority, a notary or a competent professional or trade body, demonstrating that the bidder:
(a) is not bankrupt or being wound up, its affairs are not being administered by the court, it has not entered into an arrangement with creditors, it has not suspended business activities or is not in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is not the subject of proceedings for a declaration of bankruptcy, or for an order for compulsory winding up or administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has not been convicted of an offence concerning his professional conduct by a judgment which has the force of res judicator (i.e. a matter which has already been conclusively decided by a court).
(2) a certificate issued by the competent authority in the Member State concerned, or a declaration on oath or by a solemn declaration made before a competent authority, a notary or a competent professional or trade body, to the effect that the bidder has fulfiled its obligations relating to the payment of taxes and social security contributions in accordance with the legal provisions of the country in which the bidder is established;
(3) a certificate, declaration under oath or solemn declaration providing proof that the bidder is enrolled on the professional or trade registers of this country of establishment, or where no such register exists a declaration under oath or solemn declaration that the exercises the particular profession or trade.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) A reference from the bidder's bankers;
(2) Presentation of the bidder's balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the bidder is established;
(3) A statement of the bidder's overall turnover and the turnover related to similar activities covered by this contract for the 3 financial years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the educational and professional qualifications of the bidder's managerial staff and of those persons who will be responsible for carrying out the contract requirements;
(2) A list of the principal deliveries of supplies or services effected by the bidder in the past 3 years, with the sums, dates and recipients, public or private, involved:
(a) where effected to public authorities, evidence to be in form of certificates issued or countersigned by the competent authority;
(b) where effected private purchasers, delivery to be certified by the purchaser or, falling this, simply declared by the supplier to have been effected;
(3) A list of the works carried out by the bidder over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where necessary, the competent authority shall submit these certificates to the contracting authority direct.
(4) A statement of the tools, plant and technical equipment available to the bidder for carrying out the work.
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 minimum number 6: and maximum number 6
Objective criteria for choosing the limited number of candidates: Ensure competative tendering exercise and best value deliver.
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 below

1. Commercial. Weighting 70

2. Qualitative. Weighting 20

3. Benchtop Exercise. Weighting 10

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:
C/N : CNS/235/12.
IV.3.2)Previous publication(s) concerning the same contract
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: 21.1.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
21.1.2013 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.1.2013
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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 to 5 years from 1.5.2013.
VI.2)Information about European Union funds
VI.3)Additional information
To be recognised as providing a note of interest and to participate. Please complete the attached SPQQ and return via the postbox prior to the deadline of 11:00 on 21.1.2013.
(SC Ref:247649).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
10.12.2012