Trinity House has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Joint-GLA Battery Framework Agreement |
Notice type: | Contract Notice |
Authority: | Trinity House |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The Supply of Flooded Lead-Acid, GEL (VRLA) and AGM (VRLA) batteries to the Corporation of Trinity House, the Northern Lighthouse Board and the Commissioners of Irish Lights. |
Published: | 10/12/2014 12:55 |
View Full Notice
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 1255241258, 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 Battery Framework Agreement
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 year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 700,000 and 900,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Batteries. The Supply of Flooded Lead-Acid, GEL (VRLA) and AGM (VRLA) batteries to the Corporation of Trinity House, the Northern Lighthouse Board and the Commissioners of Irish Lights.
II.1.6)Common Procurement Vocabulary:
31440000 - Batteries.
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: Yes
If yes, tenders should be submitted for: All lots
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 Flooded Lead-Acid, GEL (VRLA) and AGM (VRLA) batteries to the Corporation of Trinity House, the Northern Lighthouse Board and the Commissioners of Irish Lights. Lot 1 is for the supply of two different battery types for use across the three GLAs, for use on navigation buoys. Lot 2 is for the supply of a wider range of batteries to Trinity House only for use on Lighthouses.
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
Not Provided
Information About Lots
Lot No: 1
Title: Buoy Batteries - All GLAs
1)Short Description:
The supply of two different battery types to all three General Lighthouse Authorities, for use on navigational buoyage
2)Common Procurement Vocabulary:
31440000 - Batteries.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Lighthouse Batteries (Trinity House Only)
1)Short Description:
The supply of a variety of lead-acid and lead-gel batteries to Trinity House for lighthouse applications
2)Common Procurement Vocabulary:
31440000 - Batteries.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
None
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;
(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.
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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: T0256
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 173 - 306051 of 08/09/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 16/01/2015
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: 19/01/2015
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): 6
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=122844181
GO-20141210-PRO-6219198 TKR-20141210-PRO-6219197
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: 10/12/2014
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 1255241258, 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 1255241258, 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 1255241258, 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
Northern Lighthouse Board
George Street, Edinburgh, EH2 3DA, United Kingdom
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 Irish Lights
Harbour Road, Dun Laoghaire, Ireland
View any Notice Addenda
View Award Notice
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 1255241258, Email: barry.messenger@trinityhouse.co.uk
Main Address: www.trinityhouse.co.uk, Address of the buyer profile: http://trinityhouse.g2b.info/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Maritime Navigation and Safety
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Joint-GLA Battery Framework Agreement
Reference number: Not Provided
II.1.2) Main CPV code:
31440000 - Batteries.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Supply of Flooded Lead-Acid, GEL (VRLA) and AGM (VRLA) batteries to the Corporation of Trinity House, the Northern Lighthouse Board and the Commissioners of Irish Lights.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 400,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
31440000 - Batteries.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The supply of a variety of lead-acid and lead-gel batteries to Trinity House for lighthouse applications
II.2.5) Award criteria:
Quality criterion - Name: Level of compliance with terms and conditions / Weighting: 10
Quality criterion - Name: Supporting aspects / Weighting: 10
Quality criterion - Name: Delivery lead‐times / Weighting: 15
Quality criterion - Name: Commercial aspects, / Weighting: 15
Quality criterion - Name: Price / Weighting: 50
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2014/S 173-306051
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: C901
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/04/2015
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
C PC Battery Services Limited
Chancery Business Centre, Red Lion Road, Surbiton, KT6 7RA, United Kingdom
Tel. +44 2083971813, Fax. +44 2083971799, Email: sales@cpcbatteries.com
Internet address: www.cpcbatteries.com
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 400,000
Total value of the contract/lot: 400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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=205553027
VI.4) Procedures for review
VI.4.1) Review body
The Corporation of Trinity House
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 07/06/2016