Tuesday 14 April 2009

wood pelleting plant tender

As advertised on OJEC - but if you could not find it!!

UK-Swindon: machine tools for working wood
Publication date: 18/03/2009
OJEU Ref: (09/S 53-76466/EN)
CONTRACT NOTICE
Supplies
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): Swindon Borough Council, Enterprise Works, Units 1A & 1B, Gipsy Lane, Attn: Dave Rowland, UK-Swindon SN2 8DT. Tel. +44 1793616288. E-mail:
enterpriseworks@swindon.gov.uk. Fax +44 1793542235.
Further information can be obtained at: As in above-mentioned contact point(s).
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s).
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES: Regional or local authority.
General public services.
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: UK-Swindon: Energy2work.
II.1.2) Type of contract and location of works, place of delivery or of performance: Supplies.
Purchase.
Main place of delivery: Swindon.
NUTS code: UKK14.
II.1.5) Short description of the contract or purchase(s): Enterprise Works, which is part of Swindon Borough Council are looking for an organisation to supply a wood pelleting plant utilising new / used equipment. This procurement is limited to a maximum spend of 211 000 GBP for the purchase of the equipment, the delivery, installation, commissioning, operator training, technical advice and 1 years warranty and maintenance of the plant.
II.1.6) Common procurement vocabulary (CPV): 42642100, 50530000, 43810000.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: Yes.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: Estimated value excluding VAT: 211 000 GBP.
II.2.2) Options: Yes.
Description of these options: There is a provision in the contract for the option to extend the maintenance agreement for 2 periods of 1 year each (1 + 1 for a maximum of 2 years).
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in months: 12 (from the award of the contract).
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.4) Other particular conditions to which the performance of the contract is subject: Yes.
Please refer to the Request (tender) for further information.
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 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 judgment which has the 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 any 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.
Please refer to the tender documents for further information.
III.2.2) Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(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.
Please refer to the tender documents for further information.
Minimum level(s) of standards possibly required: Please refer to the tender documents for further information.
III.2.3) Technical capacity: Information and formalities necessary for evaluating if requirements are met: (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;
(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;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Please refer to the tender documents for further information.
Please refer to the tender documents for further information.
Minimum level(s) of standards possibly required: Please refer to the tender documents for further information.
III.2.4) Reserved contracts: No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession: No.
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure: Open.
IV.2) AWARD CRITERIA
IV.2.1) Award criteria: The most economically advantageous tender in terms of the criteria stated below:
Price. Weighting: 60 %.
Method Statements for Maintenance cover. Weighting: 25 %.
Method Statements Machinery Training / Support. Weighting: 10 %.
Area utilised (Floor Sq.Mtr). Weighting: 5 %.
IV.2.2) An electronic auction will be used: No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority: energy2work 0109.
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: 8.5.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate: 11.5.2009 - 12:00.
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up: English.
SECTION VI: COMPLEMENTARY INFORMATION
VI.3) ADDITIONAL INFORMATION: GO reference: GO 09031629/01.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures: Body responsible for mediation procedures:
URL:
www.swindon.gov.uk