UK-Taunton: Parcel delivery services.

UK-Taunton: Parcel delivery services.
Section I: Contracting Authority
I.1) Name and addresses
United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823483865, Email: stuart.speer@ukho.gov.uk
Contact: Stuart Speer
Main Address: https://www.ukho.gov.uk
NUTS Code: UKK23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ukho.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://ukho.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Transport Storage and Express Delivery Services for the UKHO
Reference Number: Not provided
II.1.2) Main CPV Code:
64121200 - Parcel delivery services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Transport Storage and Express Delivery Services for the UKHO, delivering UKHO products via a known distributor chain
II.1.5) Estimated total value:
Value excluding VAT: 165,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
64121200 - Parcel delivery services.

II.2.3) Place of performance:
UKK23 Somerset

II.2.4) Description of procurement: Transport Storage and Express Delivery Services for the UKHO. A 1 year Contract with options to extend the Contract by up to two further years
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Price / Weighting: 30
Quality criterion - Name: Mandatory requirements / Weighting: 52
Quality criterion - Name: Capability and Experience / Weighting: 12
Quality criterion - Name: Customer Support and Response Times / Weighting: 4
Quality criterion - Name: Business policies and certificates / Weighting: 2

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 1,650,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals: Service is a continuous requirement though potentially reducing in demand over the contract period

II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Two further options to extend the Contract period. Both options are for extending the Contract by up to 12 months each.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
See Tender documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Jointly and severally liable
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
See Tender documents
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Transport and parcel delivery suppliers
III.2.2) Contract performance conditions
See Tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/04/2019 Time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 08/07/2019

IV.2.7) Conditions for opening of tenders:
Date: 09/04/2019
Time: 11:00
Place:
Taunton


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2020
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: To view this notice, please click here:
https://ukho.delta-esourcing.com/delta/viewNotice.html?noticeId=382404592
VI.4) Procedures for review
VI.4.1) Review body:
United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823483865, Email: stuart.speer@ukho.gov.uk
Internet address: https://www.ukho.gov.uk
VI.4.2) Body responsible for mediation procedures:
See VI.4.1 above
Taunton, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
See VI.4.1 above
Taunton, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 08/03/2019

Annex A