Removals Service for Lancaster University
Lancaster University is seeking to establish a multi-lot framework agreement with a number of suppliers for the service for removals, relocations and associated services at Lancaster University.
United Kingdom-Lancaster: Relocation services
2015/S 062-108935
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Lancaster University
Procurement University House
For the attention of: Susan Flynn
LA1 4YW Lancaster
UNITED KINGDOM
Telephone: +44 1524593574
E-mail: s.flynn@lancaster.ac.uk
Fax: +44 1524843087
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/lancaster/
Address of the buyer profile: http://www.lancs.ac.uk/depts/purchase/buyerprofiles.html
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
I.4)Contract award on behalf of other contracting authorities
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: Lancaster University.
NUTS code UKD4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 600 000 and 700 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lancaster University is set in 360 acres of parkland and grounds amenity space; this includes pedestrian paths and roads. It has nearly 160 000 m2 of non residential space and 152 000 m2 of residential space.This document has been prepared to set-out the University’s requirements and enable potential Suppliers to submit accurate proposals.
We anticipate that the successful suppliers will undertake the majority of the requirements covered within the scope of this framework agreement; however we reserve the right to seek alternative service providers in the event that appointed suppliers cannot meet the level of quality or the timing required or the type of specialist service.
The successful bidders will be ranked in result order from the tender for each of the 4 lots (we envisage there will be 3 organisations awarded to each lot), for each work package the University will approach the number one ranked supplier, if they are unable to perform the work then the second will be approached and so on.
II.1.6)Common procurement vocabulary (CPV)
98392000, 79613000
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:
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Standard small move
1)Short description
2)Common procurement vocabulary (CPV)
98392000, 79613000
3)Quantity or scope
Lot No: 2Lot title: Standard large move
1)Short description
2)Common procurement vocabulary (CPV)
98392000, 79613000
3)Quantity or scope
Lot No: 3Lot title: Student move building to building
1)Short description
2)Common procurement vocabulary (CPV)
98392000, 79613000
3)Quantity or scope
Lot No: 4Lot title: Specialist moves
1)Short description
2)Common procurement vocabulary (CPV)
98392000, 79613000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
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
Payable documents: no
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: 6.5.2015 – 12:10
Place:
Electronically at Lancaster University.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Lancaster University staff only.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3,5 years.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
University Secretary
Lancaster University University House
LA1 4YW Lancaster
VI.5)Date of dispatch of this notice: