Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply and/or Fitting of Floor Coverings

  • First published: 04 May 2015
  • Last modified: 04 May 2015

Contents

Summary

OCID:
ocds-kuma6s-026550
Published by:
Bridgend County Borough Council
Authority ID:
AA0417
Publication date:
04 May 2015
Deadline date:
10 June 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply and/or fitting of floor coverings including carpet and vinyl CPV: 39531310, 39531400, 44112200.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Bridgend County Borough Council

County Borough Supplies, Waterton

Bridgend

CF31 3YR

UK

Mary Williams

+44 1656664520

cbspurchase@bridgend.gov.uk

+44 1656766401



http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0417

www.sell2wales.gov.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Local 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/or Fitting of Floor Coverings

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

UK



UKL17

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

6

Duration of the framework agreement

46

Justification for a framework agreement the duration of which exceeds four years

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

300000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Supply and/or fitting of floor coverings including carpet and vinyl

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=26550.

II.1.6)

Common Procurement Vocabulary (CPV)

39531310
39531400
44112200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

300000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 01-08-2015 31-05-2019

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 Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(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.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide a reference from their bank.

(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.

(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(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.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

B(CBS)/074/15

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 03-06-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 10-06-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

4 

IV.3.8)

Conditions for opening tenders



Authorised representatives of the awarding authority

 12-06-2015  12:00
BCBC Civic Offices, Angel Street, Bridgend CF31 4WB

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


4 years

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:26550)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Refer to tender documents

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 04-05-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Bridgend County Borough Council

County Borough Supplies, Waterton

Bridgend

CF31 3YR

UK

County Borough Suppies

Mary Williams

+44 1656664520

cbspurchase@bridgend.gov.uk

+44 1656766401

II)

Address and contact points from which specifications and additional documentation may be obtained



County Borough Supplies

County Borough Supplies, Waterton

Bridgend

CF31 3YR

UK

County Borough Supplies

Mary Williams

+44 656664520

cbspurchse@bridgend.gov.uk

+44 656766401

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Bridgend County Borough Council

Civic Offices, Angel Street

Bridgend

CF31 4WB

UK

Legal & Regulatory Directive

C/O Cabinet & Committee Services

+44 6156653653



ANNEX B

Information About Lots

1     Velour Sheet carpet/tiles

1)

Short Description

Supply of Fibre bonded sheet carpet and tiles

2)

Common Procurement Vocabulary (CPV)

39531310
39531400

3)

Quantity or scope

Refer to Tender Documents


4)

Indication about different contract dates

 01-08-2015 31-05-2019

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Impervious Sheet Carpet

1)

Short Description

Commercial carpet for use in Local Authority establishments

2)

Common Procurement Vocabulary (CPV)

39531400

3)

Quantity or scope

Refer to tender Documents


4)

Indication about different contract dates

 01-08-2015 31-05-2019

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Entrance carpet/tiles

1)

Short Description

Heavy Duty carpet/tiles for use in Local Authority establishments

2)

Common Procurement Vocabulary (CPV)

39531400
39531310

3)

Quantity or scope

Refer to Tender Documents


4)

Indication about different contract dates

 01-08-2015 31-05-2019

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Supply and/or Fitting of Vinyl Flooring and Carpet

1)

Short Description

Supply and/or Fitting of vinyl flooring and carpet in Local Authority establishments

2)

Common Procurement Vocabulary (CPV)

39531310
39531400
44112200

3)

Quantity or scope

Refer To Tender Documents


4)

Indication about different contract dates

 01-08-2015 31-05-2019

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
39531310 Carpet tiles Carpets
39531400 Carpeting Carpets
44112200 Floor coverings Miscellaneous building structures

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
04 May 2015
Deadline date:
10 June 2015 00:00
Notice type:
Contract Notice
Authority name:
Bridgend County Borough Council
Publication date:
17 August 2015
Notice type:
Contract Award Notice
Authority name:
Bridgend County Borough Council

About the buyer

Main contact:
cbspurchase@bridgend.gov.uk
Admin contact:
cbspurchse@bridgend.gov.uk
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

doc
doc30.00 KB
This file may not be accessible.
xlsx
xlsx24.84 KB
This file may not be accessible.
doc
doc152.00 KB
This file may not be accessible.
doc
doc61.50 KB
This file may not be accessible.
doc
doc1.17 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.