CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Chris Davidge |
+44 1443863063 |
davidc1@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272
https://supplierlive.proactisp2p.com/Account/Login
https://supplierlive.proactisp2p.com/Account/Login
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityPurchase of LED Retrofit Gear Trays for Street Lighting |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
County Borough of Caerphilly
UKL16 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
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
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Caerphilly County Borough Council require LED Lantern Gear Switch Trays to be provided for the following Lanterns, Urbis ZX1 and Urbis Sapphire 1.
Of the lanterns the following gear switch tray unit quantity numbers are required:
7457 – Urbis ZX1 Lanterns; and 753 - Urbis Sapphire 1 lanterns.
The proposed retrofit gear trays are to be designed for installation into the named lanterns. All retrofit gear trays provided must be designed to ensure that as best as practicable, the original integrity of the luminaire is not compromised. The gear tray must be manufactured to fit the lanterns as specified, be a direct gear tray swap and not be of a universal type. The contract period is a one off and the first initial delivery of the first 1000 gear switch trays is required by the 31 July 2015, the remaining gear switch trays are required every month thereafter from the 31 July 2015 to the 29 February 2016. As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Plaza e-tendering system details on how to access the system are set out in the additional information section to this notice. The specification requirements can be located in the invitation to tender document which can be access once registered on the e-tendering system against this project.
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=23751.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
31214000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe quantity of gear switch tray units required is as follows:
7457 – Urbis ZX1 Lanterns; and 753 - Urbis Sapphire 1 lanterns. |
|
|
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 01-06-2015 29-02-2016 |
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 Terms of financing and payment and/or reference to the relevant provisions
Delivery Payment. This is payment for accepted supplies or services (including partial deliveries).
|
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
To ensure that tenderers submission responses are inline with the specification requirements as set out in this invitation to tender and bill of quantities, tenderers will be required to provide a sample of the gear switch trays for both lanterns that would be provided which are in accordance with the data sheet provided at tender submission return to ensure that the product(s) meet the Council requirements prior to any contract award being placed.
The sample will need to be returned by 15 April 2015 at 12:00:00 (Noon). A tender return label has been provided, please refer to Appendix 2.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
(1) 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.
(2) 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.
(3) 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.
(4) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(5) 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;
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Price |
30 |
|
Quality |
70 |
|
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
CCBC/PS1333/15/CD
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 15-04-2015
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
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 6
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
15-04-2015
12:00 Caerphilly County Borough Council, Penallta House
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Plaza e-tendering system. Therefore, bidders
are invited to follow the following directions to register on the system:
1 Log in to the Proactis Plaza E-Sourcing Portal at
https://www.proactisplaza.com
2 Click the "Register Now" button at the bottom of the window
3 Enter your correct Organisation Name, Details and Primary Contact
Details. The system will auto generate the Organisation ID and User Name for you.
4 Please make a note of the Organisation ID and User Name, then click "Register".
5 You will then receive an email from the system asking you to "Click here to activate your account". This takes you to Enter Organisation Details.
6 Please enter the information requested, click "Next" and follow the instructions ensuring that you enter all applicable details.
7 In the Enter Product Classification screen please ensure that you
select the Product Classification Codes (CPV Codes) that appear in the
tender notice.
8 Accept the Terms and Conditions and then click "Next". This takes
you in to the Welcome window.
9 In the "Welcome" window please enter your Organisation name,
Organisation ID and User Name (User ID). You now need to create your
unique password. Please ensure that you make a note of this along with
the other information already recorded.
10 Now click "Done" and you will enter the Supplier Home page.
11 From the Home Page, go to the “Opportunities” area, then search
for New Opportunities. Click on the “ID” of the relevant opportunity and then click to register your interest on the relevant button.
Click the "Requests from Buyers" command in the Opportunities area. This will take you to the list of current opportunities available to you.
12 Click the Project ID that relates to this notice, this will take you into the Tender Request.
13 Note the closing date for completion of the relevant project. Please review the "Items" tab and the Documents tab as there will be
information relating to the project held here.
14 You can now either "Create a Response" to, or "Decline" this
opportunity.
Tenderers are to note that the Council will be ordering electronically via the issuing of an official purchase order, electronic payments will also be made upon the receipt of an authorised undisputed invoice via BACS.
(WA Ref:23751)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 16-03-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Chris Davidge |
+44 1443863063 |
davidc1@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Chris Davidge |
+44 1443863063 |
davidc1@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Chris Davidge |
+44 1443863063 |
davidc1@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk |
|