Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Halesowen College
Whittingham Road, Halesowen
Contact point(s): Finance
For the attention of: Mike Guest
B63 3NA Halesowen
UNITED KINGDOM
Telephone: +44 1216027777
E-mail:
Fax: +44 1216027718
Internet address(es):
General address of the contracting authority: www.halesowen.ac.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0733
Further information can be obtained from: Halesowen College
Whittingham Road, Halesowen
Contact point(s): Finance
For the attention of: Mike Guest
B63 3NA Halesowen
UNITED KINGDOM
Telephone: +44 1216027777
E-mail:
Fax: +44 1216027718
Internet address: www.halesowen.ac.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Halesowen College
Whittingham Road, Halesowen
Contact point(s): Finance
For the attention of: Mike Guest
B63 3NA Halesowen
UNITED KINGDOM
Telephone: +44 1216027777
E-mail:
Fax: +44 1216027718
Internet address: www.halesowen.ac.uk
Tenders or requests to participate must be sent to: Halesowen College
Whittingham Road, Halesowen
Contact point(s): Finance
For the attention of: Mike Guest
B63 3NA Halesowen
UNITED KINGDOM
Telephone: +44 1216027777
E-mail:
Fax: +44 1216027718
Internet address: www.halesowen.ac.uk
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Provision for the supply of Toner Cartridges.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Halesowen College.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s) II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Expenditure in the region of 45 000 per annum excluding VAT.
Estimated value excluding VAT: 45 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 12 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Compatible Toners1)Short descriptionProvoision to supply compatible toners.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeExpenditure in the region of 30 000 GBP per annum excluding VAT.
Estimated value excluding VAT: 30 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Original Toners1)Short descriptionProvision to supply Original Toners.
2)Common procurement vocabulary (CPV) 3)Quantity or scope15 000 per annum excluding VAT.
Estimated value excluding VAT: 15 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional 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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:The Colleges normal terms and conditions apply.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Legal Entity.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(2) 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.
(3) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) 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.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the 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) 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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:HC140912
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 17.8.2012
IV.3.4)Time limit for receipt of tenders or requests to participate14.9.2012 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tendersDate: 14.9.2012 - 12:00
Place:
Interview Room A Halesowen College Whittingham Road Halesowen B63 3NA.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information(MT Ref:90874).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHalesowen College
Whittingham Road
B63 3NA Halesowen
UNITED KINGDOM
E-mail:
Telephone: +44 1216027777
Internet address: www.halesowen.ac.uk
Fax: +44 1216027718
Body responsible for mediation procedures
Halesowen College
Whittingham Road
B63 3NA Halesowen
UNITED KINGDOM
E-mail:
Telephone: +44 1216027777
Internet address: www.halesowen.ac.uk
Fax: +44 1216027718
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:20.7.2012