Contract notice

Information

Published

Date of dispatch of this notice: 09/11/2015

Expire date: 31/12/2015

External Reference: 2015-790742

TED Reference: 2015/S 219-399214

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Longford County Council
N/A
Áras An Chontae
Great Water Street  Longford N39 NH56
IE
For the attention of: Tomás Ó Maonaigh
Telephone: +353 433347136
Internet address(es):
General address of the contracting authority: http://www.longfordcoco.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1128
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94105&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94105&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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

Regional or local authority
I.3)

Main activity

  • General public services
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:

Request for Tender for Class B Fire Appliances

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:

    Longford N39 FW96

    NUTS code
    Border, Midland and Western
    II.1.5)

    Short description of the contract or purchase(s)

    Request for Tender to seek tenders for four firefighting water tender appliances for the Irish Fire Services. This RFT applies to medium class pumping appliances (class B appliances) - as defined in I.S. EN 1846 - operating within urban and rural districts, both on and off road and at speed. The minimum required life span of the appliance shall be 15 years. The appliance shall spend most of it’s’ life in a laden condition and the design shall take this into account.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    34144213   Fire engines
    Supplementary vocabulary
    34144210   Firefighting vehicles
    34144212   Water-tender vehicles
    35111000   Firefighting equipment
    42122110   Pumps for firefighting
    44481100   Fire ladders
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Request for Tender to seek tenders for four firefighting water tender appliances for the Irish Fire Services. This RFT applies to medium class pumping appliances (class B appliances) - as defined in I.S. EN 1846 - operating within urban and rural districts, both on and off road and at speed. The minimum required life span of the appliance shall be 15 years. The appliance shall spend most of it’s’ life in a laden condition and the design shall take this into account.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Payment Terms

    2 no. stage payments shall be made for each appliance as follows:

    a) 45% of overall contract price for each appliance to be paid upon delivery and inspection of chassis;

    b) Balance paid following delivery of each appliance and resolution of all snags on each appliance.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Insurance

    The successful tenderer shall be required to hold the following insurances from the time of placement of the official order until delivery of all fire appliances:

    Type of Insurance Indemnity Limit

    Employer’s Liability €13,000,000

    Public Liability € 6,500,000

    Professional Indemnity € 6,500,000

    Product Liability € 6,500,000

    By signing the Statement of Tenderer in Appendix B, tenderers confirm, that if awarded the official order for the supply of class B fire appliances, they will, obtain and hold the levels of insurance as specified above from the time of placement of the official order until delivery of all fire appliances. A formal confirmation from the tenderer‘s insurance company or broker to this effect may be requested from the successful tenderer prior to placement of the official order.

    The successful tenderer will during the period from placement of the official order until delivery of all fire appliances be required to:

    a) Immediately advise the contracting authority of any material change to its insured status;

    b) Produce proof of current premiums paid on request;

    c) Produce valid certificates of insurance upon request.

    Employment Law

    The successful tenderer shall be solely responsible in law for the employment, remuneration, taxes, immigration, and work permits of all personnel retained for the purposes of constructing and delivering these fire appliances.

    Tenderers must comply with any applicable statutory terms relating to minimum pay and to legally binding sectoral agreements and must take these into account when preparing tenders.

    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:

    Only those tenderers who have submitted compliant tenders pursuant to part 2 of the RFT and have not been excluded under article 45 of EU Council Directive 2004/18/EC, or any subsequent amendment to same, as implemented into Irish law by Regulation 53 of the European Communities (Award of Public Authorities’ Contracts) Regulations 2006 (Statutory Instrument 329 of 2006), or any subsequent amendments to same, will be evaluated in accordance with the qualification and award criteria.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    a) The tenderer shall have a minimum combined turnover of €3,000,000.00 for a defined three year period namely 2012, 2013 and 2014. Proof of this shall be confirmed by the tenderer’s financial auditors;

    b) The tenderer must have the necessary cashflow to deliver the project within the tendered timescales. Proof of this shall be confirmed by the tenderer’s financial auditors.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    a) Supplied and delivered, or are in the process of supplying and delivering, a minimum of 2 no. fire appliances of a similar size and nature to this class B (either class B water tender, emergency tender, aerial appliance or water tanker) in the past 2 years.

    The Contracting Authority may request details of appliances supplied. As part of the tender evaluation process, the contracting authority may wish to inspect these fire appliances to satisfy themselves that the tenderer has the technical and professional ability to supply fire appliances in accordance with this RFT. In such cases, it shall be the responsibility of the tenderer to facilitate such visits.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    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)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    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

    31.12.2015 - 16:00
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no