Section one: Contracting authority
one.1) Name and addresses
London Borough of Barking and Dagenham
Town Hall Square, 1 Clockhouse Avenue
Barking
IG11 7LU
olatunde.olayiwola@lbbd.gov.uk
Country
United Kingdom
Region code
UKI52 - Barking & Dagenham and Havering
Internet address(es)
Main address
Buyer's address
https://lbbd.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://lbbd.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Provision of Removals and Storage
two.1.2) Main CPV code
- 98392000 - Relocation services
two.1.3) Type of contract
Services
two.1.4) Short description
Contract for the provision of removal and storage services for both corporate and residential properties. The primary users of these services are Landlord Services, Community Solutions and Be First.
The intention is to let a new contract(s) via the open procedure commencing 1 June 2023 for an initial three-year term with the option to extend for a further two years (3+1+1).
It is proposed that the contract will be tendered as two lots – Lot 1 would relate to estate decant services and residential moves where the vast majority of expenditure is incurred. Lot 2 would relate to the Council’s office removals and, as a local function, is expected to attract interest from small/medium-sized local removal companies in line with the Council’s Social Value objectives.
two.1.5) Estimated total value
Value excluding VAT: £1,236,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Provision of Removals and Storage
Lot No
1
two.2.2) Additional CPV code(s)
- 63121100 - Storage services
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
Barking and Dagenham
two.2.4) Description of the procurement
Contract for the provision of removal and storage services for both corporate and residential properties. The primary users of these services are Landlord Services, Community Solutions and Be First. This contract covers the office boroughwide moves, removals, tenant relocation service and possible storage for several Council departments including but not limited to Asset Management, Regeneration, Community Solutions and Landlord Services.
The intention is to let a new contract(s) via the open procedure commencing 1 June 2023 for an initial three-year term with the option to extend for a further two years (3+1+1).
Lot 1 will cover three main areas and will account for 89% of the estimated contract value IRO £1100000.
These areas are but not limited to:
Boroughwide Estate Renewal Programme, Tenant Relocation & Storage of Items.
Boroughwide Residential Moves and storage of items, excluding Estate Renewal Programme.
Boroughwide and Outside of Borough Resident Relocation.
The number of projected moves and the total spend stated in the tender documents are approximate figures and the Council does not guarantee any minimum orders under the contract it intends to enter into.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
The contract maybe extended by a maximum of 2 one year extensions.
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Provision of Removals and Storage
Lot No
2
two.2.2) Additional CPV code(s)
- 63121100 - Storage services
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
Barking & Dagenham
two.2.4) Description of the procurement
Contract for the provision of removal and storage services for both corporate and residential properties. The primary users of these services are Landlord Services, Community Solutions and Be First. This contract covers the office boroughwide moves, removals, tenant relocation service and possible storage for several Council departments including but not limited to Asset Management, Regeneration, Community Solutions and Landlord Services.
The intention is to let a new contract(s) via the open procedure commencing 1 June 2023 for an initial three-year term with the option to extend for a further two years (3+1+1).
Lot 2 will cover one area which will account for 11% of the estimated contract value IRO £136000.
This lot covers but is not limited to:
Boroughwide Office, Schools and Libraries Moves, & Storage of Items
The number of projected moves and the total spend stated in the tender documents are approximate figures and the Council does not guarantee any minimum orders under the contract it intends to enter into.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £136,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
The contract maybe extended by a maximum of 2 one year extensions.
two.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 February 2023
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 February 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom