Pátek, 26. dubna 2024

Dodávka nádob na odpad

Dodávka nádob na odpad
Referenční číslo CzechTrade: 
TE200970111
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
jiná banka  
 
* Země: 
 
* Datum uzávěrky:  
02.03.2009 
 
* Zdroj informace:  
S 6 
 
* Obor dle celního sazebníku:
 
T178609 Kontejnery (včetně kontejnerů pro přepravu kapalin) speciálně konstruované a vybavené pro přepravu jedním nebo více druhy dopravy

 
 
 
Anotace tendru:

Highland Council vypisuje výběrové řízení na dodávku nádob na odpad. Nabídka do tendru musí být zaslána do 2. 3. 2009. Nabídka do tendru musí být zpracována v angličtině.

 
Popis tendru (Angličtina):

UK-Inverness: refuse skips

CONTRACT NOTICE
Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)
NAME, ADDRESSES AND CONTACT POINT(S):

Highland Council, The Town House, High Street, Contact: Strategic Procurement Division, Attn: Dorothy Maxwell, UK-Inverness IV1 1JJ. Tel.                +44 1463703887        . E-mail: procurement.unit2@highland.gov.uk. Fax +44 1463703969.

Internet address(es):
General address of the contracting authority:
www.highland.gov.uk

Address of the buyer profile: publiccontractsscotland.gov.uk

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: yes.

SECTION II: OBJECT OF THE CONTRACT

II.1)
DESCRIPTION

II.1.1)
Title attributed to the contract by the contracting authority:
Provision of the Supply of Skips.

II.1.2)
Type of contract and location of works, place of delivery or of performance:

Supplies.
Purchase.
Main place of delivery: Highlands.

NUTS code: UKM6 .

II.1.3)
The notice involves:

A public contract.

II.1.4)
Information on framework agreement:

II.1.5)
Short description of the contract or purchase(s):

The Highland Council requires the supply of both enclosed skips and open containers, ranging in size from 10 cubic yards to 40 cubic yards.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at www.publiccontractsscotland.gov.uk

II.1.6)
Common procurement vocabulary (CPV):

44613700.

II.1.7)
Contract covered by the Government Procurement Agreement (GPA):

Yes.

II.1.8)
Division into lots:

No.

II.1.9)
Variants will be accepted:

II.2)
QUANTITY OR SCOPE OF THE CONTRACT

II.2.1)
Total quantity or scope:

As detailed in the tender documents, indicative number of skips required about 20 per annum.

II.2.2)
Options:

Yes.
Description of these options: Option to extend for 12 months.
Provisional timetable for recourse to these options: in months: 23 (from the award of the contract)
Number of possible renewals: 1.

II.3)
DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:

Starting: 1.4.2009. Completion: 31.3.2011.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)
CONDITIONS RELATING TO THE CONTRACT

III.1.1)
Deposits and guarantees required:

A contractual guarantee bond shall be executed by the successful economic operator and their guarantor in favour of the Highland Council.

III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:

Delivery payment.

III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No special legal for will be required, but the supplier will be required to be bound jointly and severally for execution of the contract prior to award.

III.1.4)
Other particular conditions to which the performance of the contract is subject:

No.

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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
All applicants will be required to complete a Supplier Evaluation Questionnaire in relation to their Business, Financial and Technical standing which will include reference to the aforementioned criteria.

III.2.2)
Economic and financial capacity:

Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business. the bidder is established.
All applicants will be required to complete a Supplier Evaluation Questionnaire in relation to their Business, Financial and Technical standing which will include reference to the aforementioned criteria.

III.2.3)
Technical capacity:

Information and formalities necessary for evaluating if requirements are met: (1) A statement of the candidate`s average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate`s technical facilities; measures for ensuring quality; and their study and research facilities;
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(12) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
All applicants will be required to complete a Supplier Evaluation Questionnaire in relation to their Business, Financial and Technical standing which will include reference to the aforementioned criteria.

III.2.4)
Reserved contracts:

III.3)
CONDITIONS SPECIFIC TO SERVICES CONTRACTS

III.3.1)
Execution of the service is reserved to a particular profession:

III.3.2)
Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:

SECTION IV: PROCEDURE

IV.1)
TYPE OF PROCEDURE

IV.1.1)
Type of procedure:

Open.

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 dialogue:

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)
An electronic auction will be used:

No.

IV.3)
ADMINISTRATIVE INFORMATION

IV.3.1)
File reference number attributed by the contracting authority:

HC/TECS/SOS/2009-11.

IV.3.2)
Previous publication(s) concerning the same contract:

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

IV.3.4)
Time-limit for receipt of tenders or requests to participate:

2.3.2009 - 14:00.

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 up:

English.

IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:

Duration in month(s): 3 (from the date stated for receipt of tender).

IV.3.8)
Conditions for opening tenders:

Date: 3.3.2009 - 10:00.
Place: Strategic Procurement Division, 21-23 Church Street, Inverness, Scotland.

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)
THIS IS A RECURRENT PROCUREMENT:

Yes.
Estimated timing for further notices to be published: 2011/12.

VI.2)
CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:

VI.3)
ADDITIONAL INFORMATION:

The Council will analyse the responses to the Supplier Evaluation Questionnaire in accordance with Regulations 23, 24, 25 and 26 of the Public Contracts (Scotland) Regulations 2006, to identify those Applicants that have the economic and financial standing and technical or professional ability to deliver the Project. Rejection shall be automatic unless the potential bidder is able demonstrate business, technical, and financial capacity and propriety in respect of all of these requirements in relations to the provision of services forming the subject of the potential bidder’s expression of interest.
Tenderers will be assessed in terms of Regulations 23 to 26 of the Public Contracts (Scotland) Regulations.
Companies should note that the tendering exercises will be conducted via the eProcurement Scotland Electronic Tendering System in respect of which full instructions and guidance will be provided to companies responding. As such, the e-mail address of the person to whom tender documentation should be issued electronically and who will return the tender documentation will be required as part of the expression of interest.
The Purchasing Authority is acting on behalf of the following organisations:
Possibly Other Local Authorites, which, as yet undecided.
(SC Ref:65487).

VI.4)
PROCEDURES FOR APPEAL

VI.4.1)
Body responsible for appeal procedures:

The Highland Council, The Town House, High Street, UK-Inverness IV1 1JJ. E-mail: procurement.unit2@highland.gov.uk. Tel.                +44 1463703887        . URL: www.highland.gov.uk. Fax +44 1463703969.

VI.4.2)
Lodging of appeals:

VI.4.3)
Service from which information about the lodging of appeals may be obtained:

VI.5)
DATE OF DISPATCH OF THIS NOTICE:
8.1.2009.

 

Kontaktní informace:
* Kontakt:
Pavel Talafús
odborný pracovník, specialista CzechTrade
pavel.talafus@czechtrade.cz

 
Tel.:                +420224907543        
Fax: +420224913813
GSM:                +420724024498        

 

Sdílet článek na sociálních sítích

Partneři

Asekol - zpětný odběr vysloužilého elektrozařízení
Ekolamp - zpětný odběr světelných zdrojů
ELEKTROWIN - kolektivní systém svetelné zdroje, elektronická zařízení
EKO-KOM - systém sběru a recyklace obalových odpadů
INISOFT - software pro odpady a životní prostředí
ELKOPLAST CZ, s.r.o. - česká rodinná výrobní společnost která působí především v oblasti odpadového hospodářství a hospodaření s vodou
NEVAJGLUJ a.s. - kolektivní systém pro plnění povinností pro tabákové výrobky s filtry a filtry uváděné na trh pro použití v kombinaci s tabákovými výrobky
E.ON Energy Globe oceňuje projekty a nápady, které pomáhají šetřit přírodu a energii
Ukliďme Česko - dobrovolnické úklidy
Kam s ním? - snadné a rychlé vyhledání míst ve vašem okolí, kde se můžete legálně zbavit nechtěných věcí a odpadů