Logistical Support Services Contract
Event set-up services, including furniture moving and reconfiguration (during and outside of normal office hours), furniture dismantling and return services, including room re-instatement.
United Kingdom-London: Portering services
2016/S 180-323218
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
The Point, 4th Floor, 37 North Wharf Road, Paddington
London
W2 1AF
United Kingdom
Telephone: +44 2031477700
E-mail: morag.stewart@tidewaytunnels.co.uk
NUTS code: UK
Address of the buyer profile: www.tideway.london
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Logistical Support Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The content of the Services to be provided under this Contract will include but will not be limited to:
Event set-up services, including furniture moving and reconfiguration (during and outside of normal office hours), furniture dismantling and return services, including room re-instatement (during and outside of normal office hours) ,secure transportation services, inter office deliveries to Tideway offices (London based) and external event and exhibition locations (London and UK wide), exhibition design layout, exhibition space set-up, AV and IT equipment set up and on site event support (as required), event materials stock replenishment, porterage services, provision of secure off site storage facilities, stock and inventory control, secure and controlled destruction of items and provision of suitably qualified, experienced and skilled resources necessary to adequately provide the Services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Interested organisations should refer to the PQP for further information on the description of the Services and the Contract.
The estimated value of the Services is over the relevant threshold for Services but the actual value of the Contract will be subject to the tender proposals received and the terms of the Contract. The estimated value based upon current estimated usage is approximately 2 000 000 to 3 000 000 GDP over the total possible term. The actual level of usage will fluctuate dependent upon the Contracting Entity’s requirements and may be subject to change.
The initial term of the Contract (Initial Term) is three (3) years with the option to extend for up to three (3) further years making a total possible aggregate term of six (6) years. Should the Contract not be extended to a total duration of six years, then the figures and amounts would adjust accordingly.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
This is set out in detail in the PQP.
II.2.10)Information about variants
II.2.11)Information about options
The initial term of the Contract (Initial Term) is three (3) years with the options to extend for up to three (3) further years (Additional Term) making a total possible aggregate term of six (6) years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Interested organisations must register to participate in the pre-qualification stage of the procurement by following the link:
https://thamestidewaytunnel.bravosolution.co.uk
and complete the online confidentiality undertaking provided at that link. Following registration and acceptance of the confidentiality undertaking, interested organisations will be able to download the PQP and view other procurement documents relevant to this PQQ stage. Instructions and further details for the pre-qualification phase are set out in the PQP.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
This is set out in detail in the PQP which can be obtained at the address in Section I.3.
III.1.6)Deposits and guarantees required:
The Contracting Entity reserves the right to require guarantees, bonds, collateral warranties and other forms of security as appropriate. Further details and requirements will be confirmed in the procurement documents at invitation to tender (ITT) stage.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The main financing conditions, payment mechanism and performance standards will be confirmed in the procurement documents at invitation to tender (ITT) stage.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Entity will accept expressions of interest and Tenders from single entities or Consortia. The Contracting Entity does not require Consortia to form a single legal entity at the pre-qualification questionnaire (PQQ) stage. The Contracting Entity will consider contracting with a Consortium, providing always that the participants in any unincorporated joint venture are jointly and severally liable for all of the obligations of the Consortium under the Contract. The nature of the Contractor or Contractors, assumption of liability and the terms of any parent company guarantees (PCG) will be confirmed in the procurement documents at invitation to tender (ITT) stage. Applicants must provide full details of their proposed contracting structures with their completed PQQ Response. See PQP for further details.
III.2.2)Contract performance conditions:
These conditions are set out in the PQP and will be further detailed in the procurement documents to be confirmed at ITT Stage.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
In accordance with the modified UCR 2016 regime set out in the SIP Regulations, the contracting entity will incorporate a minimum 10 calendar day standstill period before award from the point information on award is communicated to Tenderers. Any request for further information by Tenderers pursuant to the modified UCR 2016 regime set out in the SIP Regulations must be made in writing to the address set out in the Section I.1 above. The modified UCR 2016 regime provides remedies for economic operators who, in consequence of a breach of the modified UCR 2016 regime, suffer, or risk suffering, loss or damage. Proceedings must be started in the High Court of England and Wales.
Additional information in relation to SIP Regulations and the modified UCR 2016 is available at http://www.legislation.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Contract for Development of Interactive Exhibits
Exhibition Design and Build Scotland
External Venue Hire Framework Derbyshire
NHS Wales Conferences and Events Framework