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

Commercial Removal Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Avon and Somerset Constabulary
N/A
PO Box 37, Valley Road, Portishead
Contact point(s): Strategic Procurement Services
For the attention of: Helen Glanville
BS20 8QJ Bristol
UNITED KINGDOM
Telephone: +44 1275816447
E-mail:

Internet address(es):

Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/31798

Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13927&B;=BLUELIGHT

Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13927&B;=BLUELIGHT

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: www.bluelight.gov.uk
Contract ref 22059
Contact point(s): Strategic Procurement Services
For the attention of: Helen Glanville
UNITED KINGDOM
Telephone: +44 1275816447
Internet address: www.bluelight.gov.uk

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
Public order and safety
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Taunton Deane Borough Council
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Commercial Removal Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: South Gloucestershire, Bristol, Bath and North East Somerset, North Somerset, Somerset.

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)
Applicants are invited to tender to supply managed removals, relocation and furniture recycling services to Avon and Somerset Police and Taunton Deane Borough Council.
The Customer seeks to award a contract with the primary purpose of providing managed removals, relocation and furniture recycling services within the geographical area covered by the Avon and Somerset Constabulary and Taunton Deane Borough Council.
II.1.6)Common procurement vocabulary (CPV)

98392000, 63121100

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Customer seeks to award a contract with the primary purpose of providing managed removals, relocation and furniture recycling services within the geographical area covered by Avon and Somerset Constabulary and Taunton Deane Borough Council. The contract duration shall be 3 years, extendable year on year for a further 2 years. Tenderers should note that the value is based on historical spend and cannot be guaranteed as volumes of work will be dependent on operational requirements and changing property portfolios.
Estimated value excluding VAT:
Range: between 150 000 and 200 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract duration shall be 3 years, extendable year on year for a further 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion

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:
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: yes
Description of particular conditions: Please refer to tender documentation Parts 1 and 2.
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: Please refer to tender documentation Parts 1 and 2.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documentation Parts 1 and 2.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to tender documentation Parts 1 and 2.
III.2.4)Information about reserved contracts
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: yes
Reference to the relevant law, regulation or administrative provision: Tenderers must be accredited to the Commercial Moving Standard BS8522:2009.
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.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 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.3.1)File reference number attributed by the contracting authority:
SPS0527
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
30.11.2015 - 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
in days: 090 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of 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
VI.3)Additional information
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: This authority will incorporate a minimum 10 day calendar day standstill period at the point 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 the contract is entered into.
Applicants have 2 working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period.
Such additional information should be requested from the address in section 1.1).
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the 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
VI.5)Date of dispatch of this notice:
2.11.2015