Section I: Contracting authority
I.1)Name, addresses and contact point(s)The University of Kent
Room C, Darwin College, Canterbury Campus
Contact point(s): https://in-tendhost.co.uk/kent/
CT2 7NY Canterbury
UNITED KINGDOM
Telephone: +44 1227824301
E-mail:
Internet address(es)
General address of the contracting authority www.kent.ac.uk
Address of the buyer profile https://in-tendhost.co.uk/kent/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
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:Kent Sport gym equipment.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main place of delivery: The University of Kent Sports Centre, Canterbury.
NUTS code UKJ42
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)Kent Sport, part of the University of Kent, is undergoing a re-development of the Sports Centre and is replacing the current gym equipment. Some design services may be required of the new and existing space and a 5 year future supply agreement will also be a part of this contract.
II.1.6)Common procurement vocabulary (CPV)37440000, 37442000, 37441000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scopeInitial purchase of equipment and 5 years of maintenance and replacement of equipment.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 3.1.2012. Completion 31.12.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees requiredNone.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themNone.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedJoint and several liability.
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: Suppliers must have been trading for at least 3 years.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Turnover of at least 2 000 000 GBP for the last 2 years is required.
III.2.3)Technical capacity
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 below
1. Price. Weighting 45
2. Quality. Weighting 25
3. Product demonstration. Weighting 20
4. Reference site visit. Weighting 10
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:SPARD/Gym equipment/0911
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 30.10.2011
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate31.10.2011 - 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 tenderDuration in months: 12 from the date stated for receipt of tender
IV.3.8)Conditions for opening tendersDate: 31.10.2011 - 14:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresUniversity of Kent - Finance Director
E-mail:
Body responsible for mediation procedures
CEDR
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:15.9.2011