Salford City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Removal and Transportation of Furniture and Equipment |
Notice type: | Contract Notice |
Authority: | Salford City Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | |
Published: | 21/08/2014 14:20 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866243, Email: emma.heyes@salford.gov.uk, URL: www.salford.gov.uk
Attn: Emma Heyes
Electronic Access URL: www.the-chest.org.uk
Electronic Submission URL: www.the-chest.org.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Removal and Transportation of Furniture and Equipment
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 14
Region Codes: UKD3 - Greater Manchester
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Hire of vans with driver.
II.1.6)Common Procurement Vocabulary:
60183000 - Hire of vans with driver.
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: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Tenders are being invited for the provision of a Furniture and Equipment Transportation Service on behalf of Salford City Council, its partners, and any other areas within Salford City Council. The service requirement will include domestic clearance/removals, business removals and pick-up and dispose service, including the occasional requirement to dispose of confidential waste. It is intended that the contract will run for an initial period of 2 years with an option to extend for a further 2 years (2 x 12 months).
II.2.2)Options: Not Provided
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: 48 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
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: Not Provided
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.3.1)File reference number attributed by the contracting authority: 9MXC-4XW8M5
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
Date: 03/10/2014
Time: 14:00
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 Not Provided
IV.3.8)Conditions for opening tenders
Date: 03/10/2014
Time: 14:00
Section VI: Complementary Information
VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=110278276
GO-2014821-PRO-5942583 TKR-2014821-PRO-5942582
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Salford City Council
Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 1616866243, Email: procurement@salford.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Manchester Civil Justice Centre
VI.5) Date Of Dispatch Of This Notice: 21/08/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Salix Homes
Diamond House, 2 Peel Cross Road, Salford, Manchester, M5 4DT, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Salford: Hire of vans with driver.
I.1)Name, Addresses and Contact Point(s):
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866243, Email: emma.heyes@salford.gov.uk, URL: www.salford.gov.uk
Attn: Emma Heyes
Electronic Access URL: www.the-chest.org.uk
Electronic Submission URL: www.the-chest.org.uk
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: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Removal and Transportation of Furniture and Equipment
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 14
Region Codes: UKD3 - Greater Manchester
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Hire of vans with driver.
II.1.5)Common procurement vocabulary:
60183000 - Hire of vans with driver.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 668,000
Currency: GBP
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:
Criteria - Weighting
Price - 50
Quality - 50
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: 9MXC-4XW8M5
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 161 - 289250 of 21/08/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 03/12/2014
V.2) Information About Offers
Number Of Offers Received: 12
Number Of Offers Received By Electronic Means: 12
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: John Bradshaw & Son Limited t/a BCL
Postal address: Centrepoint, Marshall Stevens Way, Trafford Park
Town: Manchester
Postal code: M17 1PP
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 668,000
Currency: GBP
If annual or monthly value:
Number of years: 48
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=126326921
GO-2015115-PRO-6292000 TKR-2015115-PRO-6291999
VI.3.1)Body responsible for appeal procedures:
Salford City Council
Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 1616866243, Email: procurement@salford.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Manchester Civil Justice Centre
VI.4)Date Of Dispatch Of This Notice: 15/01/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Salix Homes
Diamond House, 2 Peel Cross Road, Salford, M5 4DT, United Kingdom