Čtvrtek, 28. března 2024

Dodávka odpadkových košů

Dodávka odpadkových košů
* Referenční číslo CzechTrade: 
TE200866563
 
* Stav tendru: 
vypsaný tendr  
 
* Financování: 
jiná banka  
 
* Země: 
 
* Datum uzávěrky:  
12.03.2008 
 
* Zdroj informace:  
S 23 
 
* Obor dle celního sazebníku:
 
T150000 Blíže neurčeno - Obecné kovy a výrobky z obecných kovů

 
 
 
Anotace tendru:

Městské zastupitelství z Belfastu vypisuje veřejné výběrové řízení na dodávku odpadkových košů a nádob. Nabídky do výběrového řízení musí být doručeny do 12.3.2008. Tyto nabídky je nutné musí být zpracovány v češtině.

 
Popis tendru (Angličtina):

UK-Belfast: metal litter bins

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

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

Belfast City Council, The Cecil Ward Building, 4-10 Linenhall Street, UK-Belfast BT2 8BP. Tel. 028 90 32 02 02. E-mail: @. Fax 028 90 27 05 01.

Further information can be obtained at: Belfast City Council, The Cecil Ward Building, 4-10 Linenhall Street, UK-Belfast BT2 8BP. Fax 028 90 27 05 01. URL:
www.belfastcity.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Belfast City Council, The Cecil Ward Building, 4-10 Linenhall Street, Attn: Sarah Kane, UK-Belfast BT2 8BP. Fax 028 90 27 05 01.

Tenders or requests to participate must be sent to: Belfast City Council, The Cecil Ward Building, 4-10 Linenhall Street, Attn: The Director of Improvement, UK-Belfast BT2 8BP.

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:

UK-Belfast: tender for the supply, delivery and installation of free-standing and post-mounted litter bins and the refurbishment of litter bins.

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

Supplies.
Purchase.
Main place of delivery: Belfast.

NUTS code: UKN01 .

II.1.3)
The notice involves:

The establishment 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): 3
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT:
Range: between 200 000 and 1 000 000 GBP.

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

Supply, delivery and installation of free-standing and post-mounted litter bins and the refurbishment of litter bins. Metal Litter Bins.

II.1.6)
Common procurement vocabulary (CPV):

28512930.

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

No.

II.1.8)
Division into lots:

Yes.
Tenders should be submitted for: one or more lots.

II.1.9)
Variants will be accepted:

No.

II.2)
QUANTITY OR SCOPE OF THE CONTRACT

II.2.1)
Total quantity or scope:

Estimated value excluding VAT:
Range: between 200 000 and 1 000 000 GBP.

II.2.2)
Options:

Yes.
Description of these options: The contract shall be for a period of twelve months with the option of renewal annually for a further two 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.1.1)
Deposits and guarantees required:

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

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

Joint and several liability.

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: (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 May 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Conditions for particulars are contained in the documents which may be obtained from the Business Support Section, Core Improvement, 4th Floor, The Cecil Ward Building, 4-10 Linenhall Street, Belfast BT2 8BP, upon receipt of a written or faxed request, fax number (028) 90270501, clearly stating "T681 - Tender for supply, delivery and installation of free-standing and post-mounted litter bins and the refurbishment of litter bins".

III.2.2)
Economic and financial capacity:

Information and formalities necessary for evaluating if requirements are met: Copies of the audited accounts for the last two financial years and details of any significant changes to the Company since the last set of audited accounts. Should the most recent audited accounts be more than eighteen months old, the most recent draft audited accounts should be provided. Where the applicant is a partnership or sole trader, other information to demonstrate evidence of adequate economic and financial standing must be provided in the form of a banker`s independent auditor`s statement, confirming the company`s turnover for the past two years and also that the company has the current financial and economic standing to undertake the contract.

III.2.3)
Technical capacity:

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.

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 below:
NO. Cost. Weighting:
NO. Aesthetics durability and functional characteristics. Weighting: 15 %.
NO. Methodology to include all aspects of contract. Weighting: 35 %.
NO. Technical capability. Weighting: 15 %.
NO. Technical capacity. Weighting: 5 %.
NO. Health and Safety including bin assessment. Weighting: 20 %.
NO. Ability to work in partnership. Weighting: Yes/No.
NO. Financial stability. Weighting: Yes/No.
NO. Environmental impact/management. Weighting: 10 %.

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:

T681.

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

Notice on a buyer profile

Notice number in OJ: 2007/S 14-15951 of 20.1.2007.

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

Payable documents: no.

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

12.3.2008 - 15:00.

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): 6 (from the date stated for receipt of tender).

IV.3.8)
Conditions for opening tenders:

Place: At a date and time most practicable after receipt of tenders.
Persons authorised to be present at the opening of tenders: yes.
The Director of Improvement or his representatives.

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)
THIS IS A RECURRENT PROCUREMENT:

No.

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

No.

VI.3)
ADDITIONAL INFORMATION:

Tenders will be evaluated on a 50:50 value for money/quality ratio. It is envisaged that there will be one operator for the whole contract, however the Council reserves the right to award a single operator for each lot awarded. Other Local Authorities will have the opportunity to procure from the operator(s) appointed.
Limit date Time 15:00.
GO reference: GO 08013118/01.

VI.4)
PROCEDURES FOR APPEAL

VI.4.1)
Body responsible for appeal procedures:

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:

31.1.2008.

 

Kontaktní informace:
* Kontakt:
Jitka Mikulková
odborný pracovník
jitka.mikulkova@czechtrade.cz

 
Tel.: 420224907571
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