Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: Your Homes Newcastle
Postal address: South Gosforth
Town: Newcastle upon Tyne
Postal code: NE3 1JL
Country: United Kingdom
Official name: Byker Community Trust
Postal address: Raby Way
Town: Newcastle upon Tyne
Postal code: NE6 2FF
Country: United Kingdom
Official name: Leazes Homes
Postal address: Benton Park Road
Town: Newcastle upon Tyne
Postal code: NE7 7LX
Country: United Kingdom
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
005345 — Fire Equipment Supplies and Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code UKC22 Tyneside
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)
It is Newcastle City Council's (and on behalf of YHN, Leazes Home and Byker Community Trust) intention to put into place a contract for the servicing and sales of fire equipment.
II.1.6)Common procurement vocabulary (CPV)35111300 Fire extinguishers
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is Newcastle City Council's (and on behalf of YHN, Leazes Home and Byker Community Trust) intention to put into place a contract for the servicing and sales of fire equipment. This will be a contract period of 24 months with 2 options to extend for 12 months.
Estimated value excluding VAT:
Range: between 0 and 240 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Contract period 24 months with 2 options to extend for 12 months.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration 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:
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:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details to be provided in the Invitation to Tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: All applicants are required to complete and return a detailed pre qualification 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 abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the pre qualification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the pre qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
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 dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Project ID DN145539, Contract Ref 005345
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 25.8.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.8.2016 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Contract period 24 months with 2 options to extend for 12 months. Please go to our web site located at www.nepoportal.org to register and download the documents. Electronic ordering will be used and or electronic invoicing will be accepted and or electronic payment will be used.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.7.2016