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

Supply and delivery of electrical sundries, components and materials.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

County Council of the City and County of Cardiff
Commissioning & Procurement, Room 342, County Hall, Atlantic Wharf
For the attention of: Mike Bennett
CF10 4UW Cardiff
UNITED KINGDOM
Telephone: +44 2920873734 / 7794239736
E-mail:
Fax: +44 2920827171

Further information can be obtained from: 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 and delivery of electrical sundries, components and materials.
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: Within the geographical boundaries of the City & County of Cardiff.

NUTS code UKL22

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: 4

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)
Description and structure of the framework agreement:
The Council is proposing to let a framework agreement for the supply and delivery of electrical sundries, components and materials; the framework agreement will include the following types of item:
Electrical cable - normal and hi-usage.
Conduit & fittings.
Smoke alarms.
Torches.
Cable clips & ties.
Insulation tape.
Adaptors (RCD).
Extension cables and leads.
Fuses - cartridge / disconnector / HRC & link types.
Strip connectors.
Various types of sleeving.
MK metal clad plus.
MK grid plus.
MK logic plus.
Eaton Mem distribution 2.
Ballasts.
Earthing clamps.
Box Jack Chain.
Galvanised hook plates.
PVC electrical tapes.
Batteries - various.
Projector bulbs.
Various lamps / bulbs / tubes.
Door furniture & sundry items.
Wall / window & roof fans.
Air quality sensors.
Community benefits do not apply to this contract.
II.1.6)Common procurement vocabulary (CPV)

31224000, 31224100, 31224300, 31224700, 31224800, 31224810, 31300000, 31340000, 31411000, 31422000, 31440000, 31527200, 31531000, 31531100, 31532500, 31681200, 31681400, 31681410, 31150000, 31211300

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:
The estimated value over the maximum term of 4 years is 1 000 000 GBP excluding VAT. The framework will be for 2 years with the option to extend for up to 2 x 12 month periods.
II.2.2)Information about options
Options: yes
Description of these options: See above, there is an option for 2 x 12 month extension periods after the initial 2 year period.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the tender documentation.
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: As set out in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: As set out in the tender documentation.
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:
7159CCC
IV.3.2)Previous publication(s) concerning the same contract
no
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: 5.9.2012 - 23:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.9.2012 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 12.9.2012 - 12:00

Place:

The Chief Legal & Democratic Services Officer, County Hall, Atlantic Wharf, CF10 4UW Cardiff, UNITED KINGDOM.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Council employees only. No members of the general public.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Any companies expressing an interest in this tender opportunity will be required to register on the Council's suppliers list (If not already registered) prior to downloading the documents. Any company acquiring documents in any way other than through the portal at http://appswales.alito.co.uk may not be considered and their submission not evaluated.

If you are registering for the first time, you must register your company details against the company profile against category GB03 - Electrical sundries and components. You may also register against other relevant categories.
You will then need to search through the bulletin board on the portal for our tender reference 7159CCC and register your interest in taking part in the tender process.
The tender documentation will then be available for applicants to download. Please note all documents are only available by download from this site, and will not be issued in any other way.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
The tender documents will outline the requirements of the tender process and the evaluation criteria.
All tender documents are to be returned in accordance with the instructions included within the documentation and in order to receive consideration must be received no later than 12:00:00. Noon on Wednesday 12.9.2012. It should be noted that the deadline for requests to participate is 23:00:00. on Wednesday 5.9.2012; and it should be noted that any documentation will not be available after this time.
The PQQ selection criteria is as detailed in the PQQ documentation.
The tender award criteria for this procurement will comprise of cost and quality. Full details of the award criteria and the method of evaluation is provided in the ITT.
The Authority does not bind itself to accept the lowest or any tender as part of this process.
Further information regarding the way orders will be placed under the framework agreement:
In the event that the Council decides to source works through the framework agreement, then it will do so in accordance with the contract terms and conditions, i.e. the framework agreement and relevant schedules and appendices to the same, which will form part of the tender documentation.
A single supplier will be appointed to this framework and the Council will be looking for them to be able to supply a storage facility for Council operatives to collect from, an option for delivery to stores and an ability to deliver direct to Council operatives at kerbside/site of working.
Following a pre qualification process, the Council will short list contractors who are able to: (i) evidence satisfactory competencies in line with the Council’s PQQ, and (ii) have confirmed their acceptability in accordance with section A of the PQQ.
A minimum of 5 and a maximum of 7 of the top contractors, who reach the PQQ pass threshold (90.5) will be eligible to have their Tenders evaluated. The ITT Stage will be evaluated on the basis of price and quality (in accordance with the evaluation criteria provided in ITT/ tender documents). At the end of the ITT Stage of the process the Council intends to appoint a single supplier.
Continuous improvement:
Potential bidders should note that the successful providers will have an ongoing obligation throughout the term of the framework agreement to identify new or potential improvements to the items offered (and to the arrangements in general). Examples of the type of improvements the Council will wish to explore during the term of the framework include, but are not limited to improvements to quality, responsiveness, procedures, benchmarking methods, likely performance mechanisms and customer support services in relation to the services.
Buy4Wales Reference Number: 30771.
Buy4Wales Reference Number: 30771.
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 Authority will incorporate the mandatory standstill period as directed by the Public Contracts Regulation 32 (1) to 32(2A) and send the award decision notice which will include: the award criteria, the reasons for the decision including the characteristics and relative advantages of the successful winner; if the bid is held not to be compliant with any technical specification, the reasons for that decision; the name of the party to be awarded the contract, and a precise statement of when the standstill period is expected to end, including how it may be affected by any 'contingencies' eg., complaints or challenges, and the date after which the contract may be entered into.
Applicants will have the duration of the standstill period to ask further questions or bring proceedings. Such information should be sought from the contact named in Section 1.1 of this notice.
It should be noted that the Authority is now automatically obliged to refrain from entering into a contract when proceedings are brought in respect of the award decision and the contract has not be entered into or the framework concluded.
The contractor must serve the legal claim form on the contracting authority (in accordance with rules of court) that represents the formal trigger for the Authority to suspend the contract-making.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.7.2012