6

Click here to load reader

Exhibition Stand Design & Supply

Embed Size (px)

DESCRIPTION

Contract Notice

Citation preview

Page 1: Exhibition Stand  Design & Supply

OJ/S S18626/09/2009 268041-2009-EN

European Communities – Services – Restricted procedure 1/6

26/09/2009 S186 ted.europa.eu

European Communities – Services – Restricted procedureSupplement to the Official Journal of the European Union

1/6

UK-Glasgow: exhibition stands

2009/S 186-268041

CONTRACT NOTICE

Services

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

Scottish Enterprise, Atrium Court, 50 Waterloo Street, Attn: Karen McKenzie, UK-Glasgow G2 6HQ . Tel. +441387245259. E-mail: [email protected]. Fax +44 1387246224.Internet address(es):General address of the contracting authority: http://www.scottish-enterprise.com/.Address of the buyer profile: http://publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398.Further information can be obtained at: Scottish Enterprise, Solway House, Tinwald Downs Road, Heathhall,Attn: Karen McKenzie, UK-Dumfries DG1 3SJ . Tel. +44 1387245259. E-mail: [email protected] +44 1387246224. URL: http://www.scottish-enterprise.com/.Specifications and additional documents (including documents for competitive dialogue and a dynamicpurchasing system) can be obtained at: Scottish Enterprise, Solway House, Tinwald Downs Road, Heathhall,Attn: Karen McKenzie, UK-Dumfries DG1 3SJ . Tel. +44 1387245259. E-mail: [email protected] +44 1387246224. URL: http://www.scottish-enterprise.com/.Tenders or requests to participate must be sent to: Scottish Enterprise, Solway House, TinwaldDowns Road, Heathhall, Attn: Karen McKenzie, UK-Dumfries DG1 3SJ . Tel. +44 1387245259. E-mail:[email protected]. Fax +44 1387246224. URL: http://www.scottish-enterprise.com/.

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:Regional or local agency/office.Economic and financial affairs.

SECTION II: OBJECT OF THE CONTRACTII.1) DESCRIPTIONII.1.1) Title attributed to the contract by the contracting authority:

European Seafood Exhibition.

II.1.2) Type of contract and location of works, place of delivery or of performance:Services.Service category: No 27.Main place of performance: UK and Brussels.NUTS code: UK.

II.1.3) The notice involves:A public contract.

II.1.4) Information on framework agreement:II.1.5) Short description of the contract or purchase(s):

Page 2: Exhibition Stand  Design & Supply

OJ/S S18626/09/2009 268041-2009-EN

European Communities – Services – Restricted procedure 2/6

26/09/2009 S186 ted.europa.eu

European Communities – Services – Restricted procedureSupplement to the Official Journal of the European Union

2/6

Scottish Development International (SDI) invites expressions of interest from Exhibition contractors to design,construct and dismantle Scottish Pavilion at ESE 2009 held in Brussels, Belgium from 27th to 29th April 2010.The European Seafood Exposition is the one event that brings together seafood buyers and sellers from all overEurope and the world. With over 1 600 exhibiting companies from 87 countries, ESE offers seafood businessprofessionals access to a one-stop resource to reach global retail, food service and wholesale companies.Scottish Development International host a large busy Scottish Pavilion of 660 m²., 4 island blocks re-configuredto 6 island blocks. We anticipate awarding this contract late December 2009 early January 2010.Note: To register your interest in this notice and obtain any additional information please visit the PublicContracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=166438.

II.1.6) Common procurement vocabulary (CPV):39154100, 44613300.

II.1.7) Contract covered by the Government Procurement Agreement (GPA):II.1.8) Division into lots:

No.

II.1.9) Variants will be accepted:II.2) QUANTITY OR SCOPE OF THE CONTRACTII.2.1) Total quantity or scope:

The appointed contractor will be required to project manage the design, organisation and build of a Scotlandpavilion at the European Seafood Exposition 2010, Brussels). Further details of ESE 2010 can be found at:http://www.euroseafood.com/09/public/enter.aspx.ESE is an annual show and is regarded as the world’s largest seafood trade fair with upwards of 1 000exhibitors from more than 55 countries. As such, it is regarded as the most critical international trade show forScottish seafood and shellfish sectors. Scotland has always had a very strong national presence at this eventand on average has 25 Scottish exhibitors within the Scottish Pavilion.SDI has a booking for space only at ESE 2010 and requires costings for the construction of the Scottish pavilionas detailed in this tender document.4 Blocks open 4 sidesSize: 9- 4117 = 7 m x 21 m (147 m²) lounge.9- 4217 = 8 m x 21 m (168 m²)9- 4129 = 7 m x 23 m (161 m²)9- 4227 = 8 m x 2 3m (184 m²)Total area = 660 m².Configuration: Construction required on 4 blocks.Due to the nature of the show, we must include at least one food prep area / kitchen with water and waste.Seafood Bar.In addition, various sponsors including SDI will be supporting a Seafood Bar within the pavilion. 80 m² of spaceneeds to be dedicated to the Seafood Bar where several chefs will prepare, cook and serve, selected seafooddishes – much like a chefs demo area.We would like to house the Seafood Bar, kitchen, lounge and information.Area on the same block – Block 4117. We require the following mandatory elements to be introduced into thatblock:— Visible, front of house workstations (see below for specific workstation requirements) able to accommodate 3chefs working at their individual stations,

Page 3: Exhibition Stand  Design & Supply

OJ/S S18626/09/2009 268041-2009-EN

European Communities – Services – Restricted procedure 3/6

26/09/2009 S186 ted.europa.eu

European Communities – Services – Restricted procedureSupplement to the Official Journal of the European Union

3/6

— Dedicated seating area for invited guests for up to 24 people, small floral to be supplied for each table –possible use of Scottish thistle and heather,— A tasting/sampling area (no seating required),— Central walled private area to accommodate Seafood Bar kitchen and prep area, able to house 4 chefs, drygoods storage area and 4 larder/fridges,— Separate in and out access to centralised kitchen area,— Water and waste for private prep area,— Hand sink for outer workstation area,— Industrial fire extinguisher and blanket,— A hospitality lounge/meeting area including server for tea/coffee and tables and chairs to accommodate up to30 people,— Storage room with shelving and water and waste – cleaning materials,— A touchdown area within the lounge,— Small cloakroom for coats, bags/cases etc,— Water dispenser,— 2 glass fronted fridges,— 3 double coffee machines,— 1 kettle,— A supply of tea/coffee, milk, sugar, water and cold drinks for duration of the show,— A supply of confectionery/biscuits (SDI may be able to source).Concealed storage & a prep zone behind the cooking area are essential along with refrigeration in the form oflarder fridges (normally 4). All water & waste, ovens, hobs, electrics, fire extinguisher etc necessary to facilitatethe Bar should be provided by the successful contractor.Estimated value excluding VAT:Range: between 140 000 and 180 000 GBP.

II.2.2) Options:No.

II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATIONIII.1) CONDITIONS RELATING TO THE CONTRACTIII.1.1) Deposits and guarantees required:

Details are provided within the pre-qualification questionnaire/invitation to tender.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisionsregulating them:Details will be provided within the Invitation to Tender.

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Details are provided within the Pre-Qualification Questionnaire.

III.1.4) Other particular conditions to which the performance of the contract is subject:No.

III.2) CONDITIONS FOR PARTICIPATIONIII.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: (1) All candidates will berequired to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an

Page 4: Exhibition Stand  Design & Supply

OJ/S S18626/09/2009 268041-2009-EN

European Communities – Services – Restricted procedure 4/6

26/09/2009 S186 ted.europa.eu

European Communities – Services – Restricted procedureSupplement to the Official Journal of the European Union

4/6

administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petitionpresented for sequestration of their estate, have not had a receiver, manager or administrator appointed and arenot otherwise apparently insolvent.(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, theirdirectors, or any other person who has powers of representation, decision or control of the candidate has notbeen convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration willresult in the candidate being declared ineligible and they will not be selected to participate in this procurementprocess.(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not beenconvicted 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 notcommitted 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, regardingregistration on the professional or trade register.(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may bedeclared 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 fulfilledobligations relating to the payment of social security contributions under the law of any part of the UnitedKingdom 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 fulfilledobligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevantState in which the economic operator is established.

III.2.2) Economic and financial capacity:Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be requiredto provide statements of accounts or extracts from those accounts relating to their business.Details are provided within the Pre-Qualification Questionnaire/Invitation to Tender.Minimum level(s) of standards possibly required: Details are provided within the Pre-Qualification Questionnaire/Invitation to Tender.

III.2.3) Technical capacity:Information and formalities necessary for evaluating if requirements are met:(1) 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;(2) A statement of the principal goods sold or services provided by the supplier or the services provider in thepast 3 years, detailing the dates on which the goods were sold or the services provided; the considerationreceived; the identity of the person to whom the goods were sold or the services were provided(3) A check may be carried out by the contracting authority or by a competent official body of the State in whichthe candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidatesstudy and research facilities and quality control measures;(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study andresearch facilities;(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

Page 5: Exhibition Stand  Design & Supply

OJ/S S18626/09/2009 268041-2009-EN

European Communities – Services – Restricted procedure 5/6

26/09/2009 S186 ted.europa.eu

European Communities – Services – Restricted procedureSupplement to the Official Journal of the European Union

5/6

(6) A statement of the technicians or technical services available to the candidate to carry out the workunder the contract; or be involved in the production of goods or the provision of services under the contract;particularly those responsible for quality control, whether or not they are independent of the candidate.(7) A statement of the tools, plant or technical equipment available to the service provider or contractor forcarrying out the contract.(8) A list of works carried out over the past 5 years, detailing the value of the consideration received; when andwhere the work or works were carried out; and whether they were carried out according to the rules of the tradeor profession and properly completed.

III.2.4) Reserved contracts:III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTSIII.3.1) Execution of the service is reserved to a particular profession:III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the

execution of the service:Yes.

SECTION IV: PROCEDUREIV.1) TYPE OF PROCEDUREIV.1.1) Type of procedure:

Restricted.

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:Envisaged number of operators 5.

IV.1.3) Reduction of the number of operators during the negotiation or dialogue:IV.2) AWARD CRITERIAIV.2.1) Award criteria:

The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitationto tender or to negotiate or in the descriptive document.

IV.2.2) An electronic auction will be used:No.

IV.3) ADMINISTRATIVE INFORMATIONIV.3.1) File reference number attributed by the contracting authority:

P10-0073.

IV.3.2) Previous publication(s) concerning the same contract:IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:IV.3.4) Time-limit for receipt of tenders or requests to participate:

28.10.2009 - 12:00.

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:6.11.2009.

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:IV.3.8) Conditions for opening tenders:SECTION VI: COMPLEMENTARY INFORMATION

Page 6: Exhibition Stand  Design & Supply

OJ/S S18626/09/2009 268041-2009-EN

European Communities – Services – Restricted procedure 6/6

26/09/2009 S186 ted.europa.eu

European Communities – Services – Restricted procedureSupplement to the Official Journal of the European Union

6/6

VI.1) THIS IS A RECURRENT PROCUREMENT:VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:VI.3) ADDITIONAL INFORMATION:

Dates and other information contained in this notice are communicated as being indicative only and may besubject to change.The contracting authority does not bind itself to accept the lowest or any offer.The contracting authority reserves the right to accept part of one or more offers.The contracting authority will not be liable for any costs incurred by those expressing an interest in or tenderingfor this contract.Compliance with all relevant legislation is required during the tendering process and the terms of any resultingcontract.Bidders may be required to attend for interview.Any contract awarded will be subject to the law of Scotland.The contracting authority reserves the right to source the services through existing framework agreements.The contracting authority reserves the right to assign all or part of any contracts resulting from this process.(SC Ref:166438).

VI.4) PROCEDURES FOR APPEALVI.4.1) Body responsible for appeal procedures:

Scottish Government, Scottish Procurement Directorate Meridian Court, UK-Glasgow G2 6AT . Tel. +441412425466.Body responsible for mediation procedures:Scottish Government, Scottish Procurement Directorate Meridian Court, UK-Glasgow G2 6AT . Tel. +441412425466.

VI.4.2) Lodging of appeals:Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum of 10 calendardays standstill period from the date information on the award of the contract is communicated to tenderers.This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before thecontract is entered into. Applicants have 2 working days from the notification of the award decision to requestadditional debriefing and that information has to be provided a minimum of 3 working days before the expiry ofthe standstill period. Such additional information should be required from Karen McKenzie, Scottish Enterprise,Solway House, Tinwald Downs Road, Heathhall, Dumfries, DG1 3SJ, UNITED KINGDOM.If an appeal regarding the award of contract has not been successfully resolved, the Public Contracts (Scotland)Regulations 2006 (SSI 2006 No.1) provide for aggrieved parties who have been harmed or are at risk of harmby a breach of the rule to take action in the Sheriff Court or Court of Session. Any such action must be broughtpromptly (generally within 3 months). Where a contract has not been entered into the Court may order thesetting aside of the award decision or order the authority to amend any document and may award damages. Ifthe contract has been entered into the Court may only award damages.

VI.4.3) Service from which information about the lodging of appeals may be obtained:Scottish Government, Scottish Procuremetn Directorate Meridian Court, UK-Glasgow G2 6AT . Tel. +441412425466.

VI.5) DATE OF DISPATCH OF THIS NOTICE:25.9.2009.