Awarded contract

Removal, Relocation and Warehouse Storage Services Framework

  • The Renfrewshire Council
  • Renfrewshire Leisure Limited

F03: Contract award notice

Notice reference: 2021/S 000-000374

Published 8 January 2021, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

The Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

graeme.clark@renfrewshire.gov.uk

Telephone

+44 7483393633

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.1) Name and addresses

Renfrewshire Leisure Limited

The Lagoon Centre, Christie Street

Paisley

PA1 1NB

Email

julie.telford@renfrewshire.gov.uk

Telephone

+44 1416187390

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshireleisure.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23182

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Removal, Relocation and Warehouse Storage Services Framework

Reference number

RC-CPU-19-478

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework is for Removal, Relocation and Warehouse Storage Services.

The Framework will be a multi-supplier ranked framework and will be divided into the 2 lots as follows:

Lot 1 – Removal, Relocation and Warehouse Storage Services for adhoc removal requirements. This lot shall include for example office moves, other Council premises moves, school decants and the decant of Council tenants and any other removals (excluding Homeless Services) –ITT 35898.

Lot 2 – Removal, Relocation and Warehouse Storage Services for the Council’s Homeless Services - ITT 35899.

The Framework may be utilised by all departments of Renfrewshire Council. Renfrewshire Leisure Ltd may utilise Lot 1 - Adhoc Requirements - ITT35898.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000

two.2) Description

two.2.1) Title

Removal, Relocation and Warehouse Storage Services for Adhoc requirements

Lot No

1

two.2.2) Additional CPV code(s)

  • 98340000 - Accommodation and office services
  • 63122000 - Warehousing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

Service Providers appointed onto the framework will be required to undertake the following related Services:

Removal & Relocation Services: -Dis-assembly, removal or relocation and rebuild of office furniture items and storage units, monitor arms, desk power supplies from one office premises to another. Disposal and recycling of obsolete, defective or life expired items, processed to comply with Waste recycling and WEEE regulations.

Removal & Warehouse Storage Services - Removal of office furniture or equipment from a Premises and delivered to and stored at the Service Providers warehouse storage facility using Inventory management storage techniques.

The Council would expect as a minimum the following items to be transported and be available at site:-

Pallet skates ,Qty 4

Hydraulic moving lifting trolleys with securing straps ;CE test certificates Qty 1

Sack barrows ,Qty 4

Double sided trolley with securing straps /cage for desks ;Qty2

For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles

Vehicle storage compartments /frame for safe distributed/ securing of loads

Electric Power tools Qty 4 for dismantling or assembling furniture items

Move storage crates

Toolkit Qty 4

Cleaning equipment

PPE Safety wear

Lot 1 of the framework may also be utilised by Renfrewshire Leisure Limited. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Limited and the Service Provider.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 3

Quality criterion - Name: Community Benefits Supporting Methodology / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach for Removal Services and Office Accommodation Changes / Weighting: 10

Quality criterion - Name: Methodology and Approach for Warehouse Storage of Inventory or Property / Weighting: 2

Quality criterion - Name: Inventory Procedure / Weighting: 2

Quality criterion - Name: Warehouse Storage Facilities / Weighting: 2

Quality criterion - Name: Training Records / Weighting: 3

Quality criterion - Name: Business Continuity & Contingency Plan / Weighting: 1

Price - Weighting: 70

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Removal, Relocation and Warehouse Storage Services for Homeless Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 98392000 - Relocation services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

Service Providers appointed onto the framework will be required to undertake the following related Services:

Removal & Relocation Services - Removal and relocation of furniture and personal belongings from one Premises to another.

Removal & Warehouse Storage Services - Removal of furniture and personal belongings from a premises and delivered to and stored at the service providers warehouse storage facility

The Council would expect as a minimum the following items to be transported and be available at site:

Pallet skates ,Qty 4

Hydraulic moving lifting trolleys with securing straps ;CE test certificates Qty 1

Sack barrows ,Qty 4

For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles

Vehicle storage compartments /frame for safe distributed/ securing of loads

Electric Power tools Qty 4 for dismantling or assembling furniture items

Toolkit Qty 4

Cleaning equipment

PPE Safety Wear

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 3

Quality criterion - Name: Community Benefits Supporting Methodology / Weighting: 2

Quality criterion - Name: Fair Work Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach for Removal Services / Weighting: 10

Quality criterion - Name: Methodology and Approach for Warehouse Storage of Property / Weighting: 2

Quality criterion - Name: Inventory Procedure / Weighting: 2

Quality criterion - Name: Warehouse Storage Facilities / Weighting: 2

Quality criterion - Name: Training / Weighting: 3

Quality criterion - Name: Business Continuity & Contingency Plan / Weighting: 1

Price - Weighting: 70

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 152-373628


Section five. Award of contract

Lot No

1

Title

Removal, Relocation and Warehouse Storage Services for Adhoc requirements

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2020

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Kelerbay Limited t/a Doree Bonner International

International House, 19 Kennet Road

Kent

DA1 4QN

Telephone

+44 1419526000

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Harrow Green Limited t/a Restore Harrow Green

2 Oriental Road

London

E16 2BZ

Telephone

+44 2075406550

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

No

five.2.3) Name and address of the contractor

Richard Healey Removals Ltd

Riversleigh, 9 Kilwinning Road

Irvine

KA12 8RR

Telephone

+44 1505502220

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000


Section five. Award of contract

Lot No

2

Title

Removal, Relocation and Warehouse Storage Services for Homeless Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2020

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Kelerbay Limited t/a Doree Bonner International

International House, 19 Kennet Road

Kent

DA1 4QN

Telephone

+44 1419526000

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Richard Healey Removals Ltd

Riversleigh, 9 Kilwinning Road

Irvine

KA12 8RR

Telephone

+44 1505502220

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Clockwork Removals Ltd

Tower Bridge House, St Katharines Way

London

E1W 1DD

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000


Section six. Complementary information

six.3) Additional information

The purpose of this contract notice is to publicise the tender opportunity for a Framework for Removal, Relocation and Warehouse Storage Services. The project code is 16566 and consists of the 3 ITT's noted below:

ITT 35897 - Master ITT

ITT 35898 - Lot 1 - Adhoc Requirements

ITT 35899 - Lot 2 - Homeless Services

ITT 35897 must be completed by all Tenderers who wish to bid for either one of the Lots or both Lots.

Please note that following the issue of the tender documentation, all questions and communications relating to this tender must be posted via the Public Contracts Scotland Tender Message Area. This ensures fairness and transparency to all interested parties.

The recommended tenderer(s) will be required to provide at Request for Documentation stage the following documents:

Health and Safety Questionnaire and supporting documents

S1 Equalities Questionnaire

S2 Equalities Declaration

S3 Tender Compliance Certificate

S4 No Collusion Certificate

S5 Prompt Payment Certificate

S9 List of Proposed Domestic Sub-Contractors

QMS certification/policy

EMS certification/policy

Insurance certificates/broker letter

(SC Ref:639764)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom