Flagship Housing Group: RFT Van Procurement (April 2015)

  Flagship Housing Group has published this notice through Delta eSourcing

Notice Summary
Title: RFT Van Procurement (April 2015)
Notice type: Contract Notice
Authority: Flagship Housing Group
Nature of contract: Services
Procedure: Open
Short Description: Procurement and supply of 27 vans
Published: 18/03/2015 16:46

View Full Notice

UK-Dereham: Motor vehicles.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Flagship Housing Group
      Michael Chaplin House, Station Road, Dereham, NR19 1DA, United Kingdom
      Tel. +44 8452586161, Email: tom.hubbard@flagship-housing.co.uk, URL: www.flagshiphousing.co.uk
      Contact: Tom Hubbard, Attn: Tom Hubbard

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

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: RFT Van Procurement (April 2015)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27
         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Motor vehicles. Heavy-duty motor vehicles. Procurement and supply of 27 vans
         
      II.1.6)Common Procurement Vocabulary:
         34100000 - Motor vehicles.
         
         34140000 - Heavy-duty motor vehicles.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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:
      18 lwb high top vans
9 mwb high top vans      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   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:
      N/A
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      N/A
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      N/A
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Delivery within 2 weeks of contract award      
   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;
         
         Information and formalities necessary for evaluating if requirements are met:
         N/A         
         Minimum Level(s) of standards possibly required:
         N/A
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         N/A      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service 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.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: RFT0001      
      IV.3.2)Previous publication(s) concerning the same contract: No

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

      Date: 30/03/2015
      Time-limit for receipt of requests for documents or for accessing documents: 14:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/05/2015
         Time: 14:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 04/05/2015
         Time: 10:00
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)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: 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=137302580
GO-2015318-PRO-6447322 TKR-2015318-PRO-6447321
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Flagship Housing Group
      Keswick Road, Norwich, NR4 6TJ, United Kingdom
      Tel. +44 8452586161

      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: 18/03/2015

ANNEX A

View any Notice Addenda

View Award Notice