Contract

Housing Removal Services Framework

  • Bournemouth Christchurch and Poole Council
  • Poole Housing Partnership Limited

F03: Contract award notice

Notice identifier: 2022/S 000-001561

Procurement identifier (OCID): ocds-h6vhtk-02dc49

Published 19 January 2022, 10:30am



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

Town Hall, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Strategic Procurement Team

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Fax

+44 1202454889

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.1) Name and addresses

Poole Housing Partnership Limited

Beech House, 28-30 Wimborne Road

Poole

BH15 2BU

Contact

Strategic Procurment

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202454889

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

National registration number

05025994

Internet address(es)

Main address

https://www.yourphp.org.uk/

Buyer's address

https://www.supplyingthesouthwest.org.uk

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

Housing Removal Services Framework

Reference number

DN561553

two.1.2) Main CPV code

  • 60180000 - Hire of goods-transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

The Council has created a framework for removal companies to transport items as identified from one Housing property to another on behalf of tenants residing within these properties. The Housing Removal Services Framework consists of five companies capable of delivering removal services.

The start date of the framework contract is 1 January 2021. The framework contract will be for four years.

BCP Council (‘the Council’) has creating a Housing Removal Services Framework to assist with residential removal services.

The removal companies are expected to be experienced and professional to transport items as identified from one housing property to another on behalf of tenants residing within these properties.

This contract is being procured on behalf of both Bournemouth Christchurch and Poole Council (BCP Council) and Poole Housing Partnership Ltd (PHP).

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £320,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 60180000 - Hire of goods-transport vehicles with driver
  • 63521000 - Freight transport agency services
  • 70333000 - Housing services
  • 90500000 - Refuse and waste related services
  • 98340000 - Accommodation and office services

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

The length of the Housing Removal Services framework is for four years. The commencement date of the framework is 1 January 2022.

The Council has awarded five suppliers to be on the Housing Removals Framework. The five suppliers that are appointed onto the framework will be ranked 1 to 5. The first company on the list being the first point of contact for the Council when a removal comes up. If the first ranked supplier is not able to do the move, the next ranked supplier will be contacted and so on until a supplier confirms availability.

The ranking of the suppliers on the framework will be re-assessed prior to the anniversary start date of the contract in each year of the framework. This will then determine the ranking of the suppliers under the framework for the next year of the framework.

The Council’s housing removals requirements run on a very short time frame. Most removals are booked between 1 and 7 days prior to the move. We do not expect the first ranked supplier will be available for every move due to availability. It is for this reason a framework of up to five suppliers has been decided on rather than just a single supplier.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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 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: 2021/S 000-021722


Section five. Award of contract

Contract No

DN561553

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 November 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 7

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: No

five.2.3) Name and address of the contractor

Southside Services LTD T/A WEMOVE

62 Evelyn Road

Bournemouth

BH9 1SZ

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

9667206

The contractor is an SME

Yes

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

Lowest offer: £1 / Highest offer: £320,000 taken into consideration


Section five. Award of contract

Contract No

DN561553

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 November 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 7

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: No

five.2.3) Name and address of the contractor

Leatherbarrows Removals and Storage LTD

16 Wilfred Road

Bournemouth

BH5 1ND

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

1493244

The contractor is an SME

Yes

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

Lowest offer: £1 / Highest offer: £320,000 taken into consideration


Section five. Award of contract

Contract No

DN561553

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 November 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 7

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: No

five.2.3) Name and address of the contractor

Abacus Removals LTD

15 St Marks Road

Bournemouth

BH11 8SZ

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

13316095

The contractor is an SME

Yes

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

Lowest offer: £1 / Highest offer: £320,000 taken into consideration


Section five. Award of contract

Contract No

DN561553

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 November 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 7

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: No

five.2.3) Name and address of the contractor

Icon Relocation

Icon House, Fernbank Centre, High Street

Crowborough

TN6 2QY

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

04276843

The contractor is an SME

Yes

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

Lowest offer: £1 / Highest offer: £320,000 taken into consideration


Section five. Award of contract

Contract No

DN561553

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 November 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 7

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: No

five.2.3) Name and address of the contractor

Central Moves LTD

Unit 5, The Silk Centre, Twickenhan Trading Estate, Rugby Road

Twickenhan

TW1 1DQ

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

04154268

The contractor is an SME

Yes

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

Lowest offer: £1 / Highest offer: £320,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87

(standstill period) and Regulations 91 (enforcement of duties through the Court) of the

Public Contracts Regulations 2015 (as amended).