Ausschreibung: Lagerung und Lagerhaltung - UK-Darlington
Lagerung und Lagerhaltung
Dienstleistung in Verbindung mit Speicherung und Nachweis
Lagerung
Transport- und Beförderungsdienstleistungen (außer Abfalltransport)
Dokument Nr...: 111088-2011 (ID: 2011040704130529680)
Veröffentlicht: 07.04.2011
*
  BEKANNTMACHUNG
    Dienstleistungsauftrag
    ABSCHNITT I: ÖFFENTLICHER AUFTRAGGEBER
    I.1)  NAME, ADRESSEN UND KONTAKTSTELLE(N)
    Darlington Borough Council
    Town Hall, Feethams
    Kontakt: Corporate Procurement
    z. H. Thorsten Hendriks
    DL1 5QT Darlington
    VEREINIGTES KÖNIGREICH
    Tel. +44 1325388032
    E-Mail: thorsten.hendriks@darlington.gov.uk
    Internet-Adresse(n)
    Hauptadresse des Auftraggebers www.darlington.gov.uk
    Adresse des Beschafferprofils
    http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0381
    Weitere Auskünfte erteilen: Darlington Borough Council
    Town Hall, Feethams
    Kontakt: Corporate Procurement
    z. H. Thorsten Hendriks
    DL1 5QT Darlington
    VEREINIGTES KÖNIGREICH
    Tel. +44 1325388032
    E-Mail: thorsten.hendriks@darlington.gov.uk
    Internet: www.darlington.gov.uk
    Verdingungs-/Ausschreibungs- und ergänzende Unterlagen (einschließlich
    Unterlagen für den wettbewerblichen Dialog und ein dynamisches
    Beschaffungssystem) sind erhältlich bei: Darlington Borough Council
    Town Hall, Feethams
    Kontakt: Corporate Procurement
    z. H. Thorsten Hendriks
    DL1 5QT Darlington
    VEREINIGTES KÖNIGREICH
    Tel. +44 1325388032
    Internet: www.qtegov.com
    Angebote/Teilnahmeanträge sind zu richten an: Darlington Borough Council
    Town Hall, Feethams
    Kontakt: Corporate Procurement
    z. H. Thorsten Hendriks
    DL1 5QT Darlington
    VEREINIGTES KÖNIGREICH
    Tel. +44 1325388032
    Internet: www.qtegov.com
    ABSCHNITT II: AUFTRAGSGEGENSTAND
    II.1)  BESCHREIBUNG
    II.1.6)  Gemeinsames Vokabular für öffentliche Aufträge (CPV)
    63120000, 63121000, 63121100, 60000000
       Beschreibung
    Lagerung und Lagerhaltung.
    Dienstleistung in Verbindung mit Speicherung und Nachweis.
    Lagerung.
    Transport- und Beförderungsdienstleistungen (außer Abfalltransport).
    ABSCHNITT IV: VERFAHREN
    IV.3)  VERWALTUNGSINFORMATIONEN
    IV.3.3)  Bedingungen für den Erhalt von Verdingungs-/Ausschreibungs- und
    ergänzenden Unterlagen
    Schlusstermin für die Anforderung von oder Einsicht in Unterlagen
    10.6.2011
    IV.3.4)  Schlusstermin für den Eingang der Angebote bzw. Teilnahmeanträge
    10.6.2011 - 13:00
    IV.3.6)  Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
    verfasst werden können
    Englisch.
OT: CONTRACT NOTICE
    Services
    SECTION I: CONTRACTING AUTHORITY
    I.1)  NAME, ADDRESSES AND CONTACT POINT(S)
    Darlington Borough Council
    Town Hall, Feethams
    Contact: Corporate Procurement
    Attn: Thorsten Hendriks
    DL1 5QT Darlington
    UNITED KINGDOM
    Tel. +44 1325388032
    E-mail: thorsten.hendriks@darlington.gov.uk
    Internet address(es)
    General address of the contracting authority www.darlington.gov.uk
    Address of the buyer profile
    http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0381
    Further information can be obtained at: Darlington Borough Council
    Town Hall, Feethams
    Contact: Corporate Procurement
    Attn: Thorsten Hendriks
    DL1 5QT Darlington
    UNITED KINGDOM
    Tel. +44 1325388032
    E-mail: thorsten.hendriks@darlington.gov.uk
    Internet: www.darlington.gov.uk
    Specifications and additional documents (including documents for
    competitive dialogue and a dynamic purchasing system) can be obtained at:
    Darlington Borough Council
    Town Hall, Feethams
    Contact: Corporate Procurement
    Attn: Thorsten Hendriks
    DL1 5QT Darlington
    UNITED KINGDOM
    Tel. +44 1325388032
    Internet: www.qtegov.com
    Tenders or requests to participate must be sent to: Darlington Borough
    Council
    Town Hall, Feethams
    Contact: Corporate Procurement
    Attn: Thorsten Hendriks
    DL1 5QT Darlington
    UNITED KINGDOM
    Tel. +44 1325388032
    Internet: www.qtegov.com
    I.2)  TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
    Regional or local authority
    General public services
    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
    Furniture Removal, Storage and Disposal.
    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 Middlesbrough, Stockton, Redcar, Hartlepool and
    Darlington.
    NUTS code UKC1
    II.1.3)  The notice involves
    A public contract
    II.1.5)  Short description of the contract or purchase(s)
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    II.1.6)  Common procurement vocabulary (CPV)
    63120000, 63121000, 63121100, 60000000
    II.1.7)  Contract covered by the Government Procurement Agreement (GPA)
    Yes
    II.1.8)  Division into lots
    Yes
    tenders should be submitted for one or more lots
    II.1.9)  Variants will be accepted
    Yes
    II.2)  QUANTITY OR SCOPE OF THE CONTRACT
    II.2.1)  Total quantity or scope
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    Excluding VAT 180 000 GBP
    II.2.2)  Options
    Yes
    description of these options: Extensions, two 12 month periods.
    provisional timetable for recourse to these options: in months: 12 (from
    the award of the contract)
    Number of possible renewals 2
    II.3)  DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
     Starting 1.9.2011. Completion 31.8.2014
    INFORMATION ABOUT LOTS
    LOT NO: 1
    TITLE Furniture Removal, Storage and Disposal for Middlesbrough
    1)	SHORT DESCRIPTION
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    2)	COMMON PROCUREMENT VOCABULARY (CPV)
    63120000, 63121000, 63121100, 60000000
    3)	QUANTITY OR SCOPE
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    LOT NO: 2
    TITLE Furniture Removal, Storage and Disposal for Stockton
    1)	SHORT DESCRIPTION
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    2)	COMMON PROCUREMENT VOCABULARY (CPV)
    63120000, 63121000, 63121100, 60000000
    3)	QUANTITY OR SCOPE
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    LOT NO: 3
    TITLE Furniture Removal, Storage and Disposal for Redcar & Cleveland
    1)	SHORT DESCRIPTION
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    2)	COMMON PROCUREMENT VOCABULARY (CPV)
    63120000, 63121000, 63121100, 60000000
    3)	QUANTITY OR SCOPE
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    LOT NO: 4
    TITLE Furniture Removal, Storage and Disposal for Hartlepool
    1)	SHORT DESCRIPTION
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    2)	COMMON PROCUREMENT VOCABULARY (CPV)
    63120000, 63121000, 63121100, 60000000
    3)	QUANTITY OR SCOPE
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    LOT NO: 5
    TITLE Furniture Removal, Storage and Disposal for Darlington
    1)	SHORT DESCRIPTION
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    2)	COMMON PROCUREMENT VOCABULARY (CPV)
    63120000, 63121000, 63121100, 60000000
    3)	QUANTITY OR SCOPE
    The contract will encompass the following:
    Removal and storage of residents furniture during
    redevelopment/refurbishment work on their homes.
    A packing and unpacking service.
    Removal and storage of furniture from Council buildings.
    Movement of furniture within or between Council buildings during a
    reorganisation/refurbishment project.
    Furniture Storage.
    Furniture Disposal.
    The Contract is divided into separate Lots according to geographical area.
    Tenderers have the option of bidding for all Lots or alternatively they
    may bid only for the Lots of those Authorities which are of interest to
    them and which may be beneficial to them in terms of their location and
    operational area.
    SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
    III.1)  CONDITIONS RELATING TO THE CONTRACT
    III.1.4)  Other particular conditions to which the performance of the
    contract is subject
    No
    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 requirements are
    met: (1) All candidates will be required to produce a certificate or
    declaration demonstrating that they are not bankrupt or the subject of an
    administration order, are not being wound-up, have not granted a trust
    deed, are not the subject of a petition presented for sequestration of
    their estate, have not had a receiver, manager or administrator appointed
    and are not otherwise apparently insolvent.
    (2) All candidates will be required to produce a certificate or
    declaration demonstrating that the candidate, their directors, or any
    other person who has powers of representation, decision or control of the
    candidate has not been convicted of conspiracy, corruption, bribery, or
    money laundering. Failure to provide such a declaration will result in the
    candidate being declared ineligible and they will not be selected to
    participate in this procurement process.
    (3) All candidates will be required to produce a certificate or
    declaration demonstrating that they have not been convicted 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 not committed 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, regarding registration on the professional or trade
    register.
    (6) Any candidate found to be guilty of serious misrepresentation in
    providing any information required, may be declared 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 fulfilled obligations relating to
    the payment of social security contributions under the law of any part of
    the United Kingdom 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 fulfilled obligations relating to
    the payment of taxes under the law of any part of the United Kingdom or of
    the relevant State 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 required to provide a reference from their
    bank.
    (2) All candidates will be required to provide evidence of relevant
    professional risk indemnity insurance.
    (3) All candidates will be required to provide a statement, covering the 3
    previous financial years including the overall turnover of the candidate
    and the turnover in respect of the activities which are of a similar type
    to the subject matter of this notice.
    (4) All candidates will be required to provide statements of accounts or
    extracts from those accounts relating to their business.
    III.2.3)  Technical capacity
    Information and formalities necessary for evaluating if requirements are
    met:
    (1) A statement of the candidate''s average annual number of staff and
    managerial staff over the previous 3 years.
    (2) 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.
    (3) All candidates will be required to provide certification from an
    independent body attesting conformity to environmental management
    standards in accordance with the Community Eco-Management and Audit Scheme
    (EMAS); or the European standard BS EN ISO 14001.
    (4) All candidates will be required to provide certification drawn up by
    an independent body attesting the compliance of the economic operator with
    quality assurance standards based on the relevant European standards.
    (5) Samples, descriptions and/or photographs, the authenticity of which
    must be certified if the contracting authority so requests.
    (6) A statement of the principal goods sold or services provided by the
    supplier or the services provider in the past 3 years, detailing the dates
    on which the goods were sold or the services provided; the consideration
    received; the identity of the person to whom the goods were sold or the
    services were provided.
    (7) A check may be carried out by the contracting authority or by a
    competent official body of the State in which the candidate is
    established, to verify the technical capacity of the candidate; and if
    relevant, on the candidates study and research facilities and quality
    control measures.
    (8) A statement of the candidate''s technical facilities; measures for
    ensuring quality; and their study and research facilities.
    (9) An indication of the proportion of the contract which the services
    provider intends possibly to subcontract.
    (10) A statement of the technicians or technical services available to the
    candidate to carry out the work under 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.
    (11) A statement of the tools, plant or technical equipment available to
    the service provider or contractor for carrying out the contract.
    (12) A list of works carried out over the past 5 years, detailing the
    value of the consideration received; when and where the work or works were
    carried out; and whether they were carried out according to the rules of
    the trade or profession and properly completed.
    SECTION IV: PROCEDURE
    IV.1)  TYPE OF PROCEDURE
    IV.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 8
    Objective criteria for choosing the limited number of candidates: PQQ.
    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)  An electronic auction will be used
    No
    IV.3)  ADMINISTRATIVE INFORMATION
    IV.3.3)  Conditions for obtaining specifications and additional documents
    Time limit for receipt of requests for documents or for accessing
    documents 10.6.2011
    IV.3.4)  Time-limit for receipt of tenders or requests to participate
    10.6.2011 - 13:00
    IV.3.5)  Date of dispatch of invitations to tender or to participate to
    selected candidates
    24.6.2011
    IV.3.6)  Language(s) in which tenders or requests to participate may be
    drawn up
    English.
    SECTION VI: COMPLEMENTARY INFORMATION
    VI.1)  THIS IS A RECURRENT PROCUREMENT
    Yes
    estimated timing for further notices to be published: 31/08/2014
    VI.3)  ADDITIONAL INFORMATION
    All interest organisation will have to register on the NEPO Portal to be
    included in this process. You can do so on the following link
    www.qtegov.com. All submissions must be up loaded on this portal any bids
    which are received by other means will not be considered.
    In addition to use of the contract by Darlington Borough Council, this
    contract may, if they decide to exercise this option, also be used by:
    Other Local Authorities in England and Wales including (but not limited
    to) Middlesbrough Council, Stockton Borough Council, Redcar & Cleveland
    Borough Council; and Hartlepool Borough Council.
    The Purchasing Authority is acting on behalf of the following
    organisations:
    Middlesbrough Council.
    Stockton Borough Council.
    Redcar & Cleveland Borough Council.
    Hartlepool Borough Council.
    (MT Ref:81642).
    VI.4)  PROCEDURES FOR APPEAL
    VI.4.2)  Lodging of appeals
    Precise information on deadline(s) for lodging appeals: Following the
    evaluation of tenders, Darlington Borough Council will incorporate a
    minimum of 10 calendar days standstill period: this period will commence
    from the point that the information on the award of the contract is
    communicated to all 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 the
    notification of the award decision to request additional debriefing and
    this information has to be provided a minimum of 3 working days before the
    expiry of the standstill period. Such additional information should be
    required from the person referenced in the above address (part I.1). If an
    appeal regarding the award of a contract has not been successfully
    resolved the Public Contracts Regulations 2006 (SI 2006 No 5) / Utilities
    Contracts Regulations (SI 2005 No 6) (delete as appropriate) 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 setting 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.5)  DATE OF DISPATCH OF THIS NOTICE:
    5.4.2011
--------------------------------------------------------------------------------
             Database Operation & Alert Service (icc-hofmann) for:
       The Office for Official Publications of the European Communities
                The Federal Office of Foreign Trade Information
 Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de