By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply Of Heating Spare Parts.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

New Charter Building Company Limited
Outram Road, Globe Lane Industrial Estate
Contact point(s): Purchasing Section
For the attention of: Stephen Lowe (Purchasing Manager); Ian Mills (Buyer)
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312860
E-mail:
Fax: +44 1613312807

Internet address(es):

General address of the contracting authority: www.newcharter.co.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA8761

Further information can be obtained from: New Charter Building Company Limited
Outram Road, Globe Lane Industrial Estate
Contact point(s): Purchasing Section
For the attention of: Ian Mills
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312860
E-mail:
Fax: +44 1613312807
Internet address: www.newcharter.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: New Charter Building Company Limited
Outram Road, Globe Lane Industrial Estate
Contact point(s): Purchasing Section
For the attention of: Ian Mills
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312860
E-mail:
Fax: +44 1613312807
Internet address: www.newcharter.co.uk

Tenders or requests to participate must be sent to: New Charter Housing Trust Group
Cavendish 249, Cavendish Street
Contact point(s): Legal
For the attention of: Group Company Secretary And Director of Legal Services
OL6 7AT Ashton Under Lyne
UNITED KINGDOM
Telephone: +44 1613312000
Fax: +44 1613312807
Internet address: www.newcharter.co.uk

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply Of Heating Spare Parts.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: North West UK (Mainly Tameside Manchester UK).

NUTS code UKD3

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)
New Charter is seeking suppliers for Heating Spare Parts for a 2 year period.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=98516

II.1.6)Common procurement vocabulary (CPV)

44115200, 44115220, 42511110, 44621221

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: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will be for a two year period. Total spend over the contract period is expected to be approx. 450,000 GBP over the 2 years.
However, this does not carry any guarantee of turnover and that any estimated volumes of business are indicative and may vary upward or downwards depending on New Charters future needs.
Estimated value excluding VAT: 450 000 GBP
II.2.2)Information about options
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
Duration in months: 24 (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 governing 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:
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
Information and formalities necessary for evaluating if the 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 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.
(8) 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.
(9) 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(2) 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.
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 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

1. Quality. Weighting 20

2. Price. Weighting 20

3. Equal oppertunities. Weighting 15

4. Environmental and health and safety. Weighting 15

5. Reference and experience. Weighting 10

6. Company details. Weighting 10

7. Financial. Weighting 10

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:
NCBC/HEAT/13.
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2007/S 219-266800 of 14.11.2007

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.5.2013
Payable documents: yes
Price: 20 GBP
Terms and method of payment: Cheque made payable to New Charter Building Company Ltd.
IV.3.4)Time limit for receipt of tenders or requests to participate
23.5.2013 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: May 2015.
VI.2)Information about European Union funds
VI.3)Additional information
Minimum standards and qualification required.
1. To have three (3) references.
2. To have audited accounts and annual reports for the last three (3) years.
3. To have an Equality and Diversity Policy (Completed Monitoring statement as requested).
4. To have Employee Liability Insurance (min 2mil).
5. To have Public Liability Insurance (min 10mil).
6. To have a Health & Safety Policy.
7. To have an Environmental Policy.
(MT Ref:98516)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: If any dispute or difference shall arrise between the parties as to the meaning of this agreement or any matter or thing arising out of or connected with this agreement, then it shall be referred to the determination of an arbitrator to be appointed by the agreement of the parties or (in defalt of an agreement within 21 days of the service upon one party of a written request tp concur in such an appointment) by the President of the time being of the Chartered Institute of Arbitrators.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
8.4.2013

Other interesting websites