CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 216-495222/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Newcastle City Council
Floor 4, Civic Centre Barras Bridge
Newcastle upon Tyne
Postal code: NE1 8QH
United Kingdom
Contact points(s): Corporate Procurement Team
For the attention of: Chris Stevens
Phone: +44 1912116369
Email: Corpororate.Procurement.Team@newcastle.gov.uk
Fax: +44 1912114832
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
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/entities:
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/entity:
C-011266 006373 – Supply of Building Materials — Fixings
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 14: Building-cleaning services and property management services
Nuts code:
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 in months: 48
II.1.5) Short description of the specific contract:
Supply of building materials — fixings. Further information and associated documents are available on our electronic tendering system at www.nepoportal.org.
II.1.6) Common procurement vocabulary (CPV): 44111000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The 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:
Procurement is offered in a single lot. Supply of fixing materials are required to be provided as one complete service package and cannot be broken down into lots.
Estimated value excluding VAT:
220 000,00 GBP
II.2.2) Information about options:
Options:yes
Description of these options:Post the initial 24 months, there will be an option to extend for a further 2 x 12 month periods, commencing 1.4.2021 to 31.3.2023.
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Starting 01.04.2019Completion 31.03.2021
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds, insurance or any other form of appropriate security. Details to be provided in the Invitation to Tender.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details to be provided in the Invitation to Tender.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with NCC on all matters relating to the Agreement. All consortium or grouping members will however be required to be jointly and severally liable in respect of the obligations and liabilities relating to the Agreement.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be set out in the contract documents.
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: All applicants are required to complete and return a detailed Selection Questionnaire prepared by the Contracting Authority and provide such supporting evidence as may be requested by the deadline stated in IV.3.4.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire (SQ).
Minimum level(s) of standards possibly required: As set out in the Selection Questionnaire (SQ).
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire (SQ).
Minimum level(s) of standards possibly required: As set out in the Selection Questionnaire (SQ).
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:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
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:
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/entity:
006373 C-011266
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:16.12.2018
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
16.12.2018 – 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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Place: via electronic e-Tendering portal system.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
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
Please go to our web site located at www.nepoportal.org to register and download the documents.
Under this procurement, the contractor is required to participate actively in the economic and social regeneration of the locality of, and surroundings of, the place of delivery for the procurement. Contract performance conditions may therefore relate in particular to social and environmental considerations. Electronic ordering, electronic invoicing and electronic payment will be used.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:Precise information on deadline(s) for lodging appeals: The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice:
07.11.2018

Post written by: Andrew Perry


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking