Coroners Removal Contract for Berkshire
Bracknell Forest Borough Council, Slough Borough Council, West Berkshire Council, Royal Borough of Windsor and Maidenhead and Wokingham Borough Council.
United Kingdom-Reading: Funeral and related services
2015/S 224-408054
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Reading Borough Council
Civic Offices, Bridge Street
Contact point(s): Corporate Procurement
RG1 2LU Reading
UNITED KINGDOM
Telephone: +44 1189372945
E-mail: corporate.procurement@reading.gov.uk
Internet address(es):
General address of the contracting authority: www.reading.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current
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: 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
I.3)Main activity
Environment
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Bracknell Forest Borough Council, Slough Borough Council, West Berkshire Council, Royal Borough of Windsor and Maidenhead and Wokingham Borough Council
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Royal County of Berkshire.
NUTS code UKJ11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
98370000, 98371000, 98371200, 33949000, 33940000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Zone 1: area to the west of Newbury in West Berkshire.
— Zone 2: area from Newbury to Theale in West Berkshire.
— Zone 3: area around Reading, including western parts of Wokingham and eastern parts of West Berkshire.
— Zone 4: area of Slough, Bracknell, Royal Borough of Windsor and Maidenhead, and the eastern areas of Wokingham.
Contractors may submit a tender to provide the Coroners Removal Service within as many areas of Berkshire as they wish to tender for. The estimated value over the length of the contract is between 90 000 GBP and 150 000 GBP, however the Council can give no assurance to tenderers as to the number of occasions within the contract period upon which the service will be required and it cannot determine the exact value of each lot. As an indication the Council currently spends approximately 25 000 GBP — 30 000 GBP per annum on the Coroners Removal Service across the whole of Berkshire. Tenderers should note that the Council does not guarantee any volume or value of work to the contractor(s) and any values and volumes provided within the tendering documentation are purely indicative and for estimation only.
Estimated value excluding VAT:
Range: between 90 000 and 150 000 GBP
II.2.2)Information about options
Description of these options: It is anticipated that the contract will commence in February 2016 and it will operate for an initial period of 3 years with an option to extend for a further period of 24 months, subject to contractors’ performance, this will be at Reading Borough Council’s sole discretion. All values given are indicative only as the Council cannot guarantee the future level of need or services required under the contract. For illustrative purposes it is estimated that the potential total annual value is 30 000 GBP over a term of 3 years, with an option to extend for a further period of 24 months, as specified in the range above.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Coroner’s removal contract for Berkshire (Zone 1) — Area to the west of Newbury, West Berkshire
1)Short description
2)Common procurement vocabulary (CPV)
98370000, 98371000, 98371200, 33949000, 33940000
5)Additional information about lots
Lot No: 2 Lot title: Coroner’s removal contract for Berkshire (Zone 2) — Area from Newbury to Theale, West Berkshire
1)Short description
2)Common procurement vocabulary (CPV)
98370000, 98371000, 98371200, 33949000, 33940000
5)Additional information about lots
Lot No: 3 Lot title: Coroner’s removal contract for Berkshire (Zone 3) — Area around Reading including western parts of Wokingham and eastern parts of West Berkshire
1)Short description
2)Common procurement vocabulary (CPV)
98370000, 98371200, 33949000, 33940000, 98371000
5)Additional information about lots
Lot No: 4 Lot title: Coroner’s removal contract for Berkshire (Zone 4) — Area of Slough, Bracknell, Royal Borough of Windsor & Maidenhead and the eastern areas of Wokingham
1)Short description
2)Common procurement vocabulary (CPV)
98370000, 98371000, 98371200, 33949000, 33940000
5)Additional information about lots
Section III: Legal, economic, financial and technical information
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.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in the procurement documents.
III.2.3)Technical capacity
As stated in the procurement documents. Failure to provide the required information will result in the potential applicant being excluded.
Minimum level(s) of standards possibly required:
As stated in the Procurement Documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 16.12.2015 – 14:00
Place:
Reading Borough Council, Civic Offices, Bridge Street, Reading, RG1 2LU.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Managing Director or his/her representative, and the Service Head or Project Officer responsible for the invitation of the tenders or his/her representative.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 36 — 60 months.
VI.2)Information about European Union funds
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.
The procurement exercise will be conducted in accordance with the information contained in the procurement documents. The contracting authority does not bind itself to enter into any contract as a result of the publication of this notice and will not, under any circumstances, have any liability for any costs any person responding to this notice incurs in any part of the tender process. The services are to be procured under an open procedure and organisations interested in expressing an interest should download the procurement documents which are available on the Councils e-tendering system at: https://in-tendhost.co.uk/readingbc (Project Reference No. RBC 00000009 refers), and complete as instructed. The Portal is free of charge — to register please follow the supplier registration guidance which is available on the Portal.
Contractors wishing to be considered for this tendering opportunity must complete the tender documents and return them electronically via the Council’s e-tendering portal. The deadline for return of the tender is stipulated at Section IV.3.4. Please note: you must register your interest via the Council’s e-tendering portal if you intend to submit a tender. Interested parties must log onto the Council’s e-tendering portal at: https://in-tendhost.co.uk/readingbc, to express an interest and download the procurement documents. All communications regarding this procurement exercise will be conducted through the Council’s e-tendering portal including requests for clarifications or general enquiries.
The procurement documents will be available for download up until the closing time and date for tender submissions, it is the organisation’s responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned electronically, along with supporting documents, prior to the closing time and date stipulated at Section IV.3.4 of this Contract Notice.
Before completing the tender, potential providers/suppliers should ensure that the e-mail address that has been used to register their organisation will be checked regularly as the Council’s e-tendering system will generate automatic notifications to this e-mail address when there are updates, changes or messages sent relating to the project. Potential bidders should also check that their organisation’s details are correct and kept up to date.
Technical questions and assistance regarding the use and operation of the Portal should be addressed to the In-Tend Help Desk — e-mail:support@in-tend.co.uk telephone number +44 8442728810.
VI.4.1)Body responsible for appeal procedures
Reading Borough Council
Corporate Procurement Unit, Floor 2, Civic Offices, Bridge Street
RG1 2LU Reading
UNITED KINGDOM
E-mail: corporate.procurement@reading.gov.uk
Telephone: +44 1189372045
Internet address: www.reading.gov.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: