Trinity House: JOINT-GLA RACONS

  Trinity House has published this notice through Delta eSourcing

Notice Summary
Title: JOINT-GLA RACONS
Notice type: Contract Notice
Authority: Trinity House
Nature of contract: Supplies
Procedure: Open
Short Description: The supply of X and S band Racon units for marine navigation applications
Published: 12/08/2014 18:08

View Full Notice

UK-London: Radar apparatus.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Corporation of Trinity House
      Trinity Square, Tower Hill, London, EC3N 4DH, United Kingdom
      Tel. +44 1255245050, Fax. +44 1255245009, Email: barry.messenger@trinityhouse.co.uk, URL: www.trinityhouse.co.uk, URL: http://trinityhouse.g2b.info/
      Attn: Barry Messenger

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Other: Maritime Navigation and Safety

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: JOINT-GLA RACONS
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase
         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
                        Duration in months:
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 200,000 and 400,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Radar apparatus. The supply of X and S band Racon units for marine navigation applications
         
      II.1.6)Common Procurement Vocabulary:
         38115000 - Radar apparatus.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This 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:
      The supply of X and S band Racon units for marine navigation applications to Trinity House, the Northern Lighthouse Board and the Commissioners of Irish Lights      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
      
      III.2.4)Information about reserved contracts: Not Provided
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      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: T0251 - Racons      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 124 - 220406 of 30/06/2014
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 19/09/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/09/2014
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 12
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 4 years
   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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=109388260
GO-2014812-PRO-5916933 TKR-2014812-PRO-5916932
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 12/08/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      The Corporation of Trinity House
      The Quay, Harwich, CO12 3JW, United Kingdom
      Tel. +44 1255245050, Fax. +44 1255245009, Email: barry.messenger@trinityhouse.co.uk, URL: www.trinityhouse.co.uk
      Attn: Barry Messenger   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      The Corporation of Trinity House
      The Quay, Harwich, CO12 3JW, United Kingdom
      Tel. +44 1255245050, Fax. +44 1255245009, Email: barry.messenger@trinityhouse.co.uk, URL: www.trinityhouse.co.uk
      Attn: Barry Messenger   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      The Corporation of Trinity House
      The Quay, Harwich, CO12 3JW, United Kingdom
      Tel. +44 1255245050, Fax. +44 1255245009, Email: etender@trinityhouse.co.uk, URL: www.trinityhouse.co.uk
      Attn: Barry Messenger

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      The Commissioners of Irish Lights
      Harbour Road, Dun Loaghaire, Ireland

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      The Commissioners of Northern Lighthouses, operating as the Northern Lighthouse Board
      George Street, Edinburgh, ED2 3DA, United Kingdom

View any Notice Addenda

View Award Notice