UK-Stoke-on-Trent: traffic-signal maintenance services

Source By: http://www.theconstructionindex.co.uk

UK-Stoke-on-Trent: traffic-signal maintenance services

Directive 2004/18/EC

Section I: Contracting authority

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

For the attention of: Telephone: E-mail: Stoke-on-Trent City CouncilCorporate Procurement, Business Services, Civic Centre, Floor 1, Glebe Street Debbie Cramphorn ST4 1HH Stoke-on-Trent UNITED KINGDOM +44 1782232375 debbie.cramphorn@stoke.gov.uk Further information can be obtained from: Telephone: This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk Stoke-on-Trent UNITED KINGDOM +44 1782 Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Contact point(s): For the attention of: This is an electronic tendering exercise all information available fromwww.wmcoe.bravosolution.co.uk This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk Stoke-on-TrentUNITED KINGDOM Tenders or requests to participate must be sent to:Telephone: This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk This is an electronic tendering exercise all information available from www.wmcoe.bravosolution.co.uk Stoke-on-Trent UNITED KINGDOM +44 1782

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:

Maintenance and supply of traffic signal and ITS equipment.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 1: Maintenance and repair services NUTS code UKG23 Stoke-on-Trent

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract

II.1.4) Information on framework agreement

II.1.5) Short description of the contract or purchase(s)

Traffic-signal maintenance services.

II.1.6) Common procurement vocabulary (CPV)

50232200 Traffic-signal maintenance services

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

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 Council wishes to appoint a company to maintain, supply and install traffic signal equipment and associated on-street ITS equipment throughout the area of the Council of the City of Stoke-on-Trent. Estimated value excluding VAT: 2 040 000 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

II.3) Duration of the contract or time limit for completion

Duration in months: 72 (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:

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

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: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate; (e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information; (h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: (b) The presentation of 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 economic operator is established; (c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: (b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator; (c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities; (e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years; (i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

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

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) 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:

Cr2011/195*

IV.3.2) Previous publication(s) concerning the same contract

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

IV.3.4) Time limit for receipt of tenders or requests to participate

7.2.2012 – 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

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 7.2.2012 – 12:00

Section VI: Complementary information

VI.1) Information about recurrence

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

GO reference: GO-20111214-PRO-2803559.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Telephone: Stoke-on-Trent City Council Corporate Procurement, Business Services, Civic Centre Floor1, Glebe Street ST4 1HH Stoke-on-Trent UNITED KINGDOM +44 1782232841 Body responsible for mediation procedures E-mail: Telephone: Stoke-on-Trent City Council Corporate Procurement, Business Services, Civic Centre, Floor 1, Glebe Street ST4 1HH Stoke-on-Trent UNITED KINGDOM debbie.cramphorn@stoke.gov.uk +44 1782232375

VI.4.2) Lodging of appeals

VI.4.3) Service from which information about the lodging of appeals may be obtained

Telephone: Stoke-on-Trent City Council Corporate Procurement, Business Services, Civic Centre, Floor 1, Glebe Street, ST4 1HH Stoke-on-Trent UNITED KINGDOM +44 1782232841

VI.5) Date of dispatch of this notice:

14.12.2011

Comments are closed.

Sites