Section one: Contracting authority
one.1) Name and addresses
Kent Community Health NHS Foundation Trust
Ecovate
London
HA1 3EX
Contact
Ms Nicky Hay
Telephone
+44 2030062371
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Kent and Medway NHS Social Care Partnership Trust
Kent
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PR007 Removals,Storage and Courier Services
Reference number
DN648636
two.1.2) Main CPV code
- 63121100 - Storage services
two.1.3) Type of contract
Services
two.1.4) Short description
Kent Community Health NHS Foundation Trust & Kent and Medway NHS and Social Care Partnership Trust (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement of Removals, Storage and Courier Services.
The purpose of this procurement process is to identify a provider that is able to provide Removals, Storage and Courier services to the Trust's as per the requirements listed within the specification document.
The tender will be divided into two (2) Lots:
Lot 1 – Removal & Storage Services:
•The Authority requires the provision of an efficient and effective removal service, delivered in a timely, safety conscious, and considerate manner, with all due care and skill to conform to the specification and to best industry standards. The Supplier will have sufficient expertise and resources to meet the Authority’s requirements, undertaking removal, transportation, and relocation services, in addition to other associated services.
•The majority of the Authority’s removals and relocation requirements are to be provided on an ad hoc basis, as these are subject to requests submitted by the Authority’s service departments. The Authority therefore cannot guarantee any volume or value for this contract.
•The services required by the Authority can be broadly categorised into the following:
Major removals;
Standard removals;
Minor removals;
Storage services; and
Other associated services.
Lot 2 – Courier Services
The Authority requires the provision of an efficient and effective courier service, delivered in a timely, safety conscious, and considerate manner, with all due care and skill to conform to the specification and to best industry standards. The Supplier will have sufficient expertise and resources to meet the Authority’s requirements, undertaking collection, transportation, and delivery services.
The majority of the Authority’s requirements are to be provided on an ad hoc basis, as these are subject to requests submitted by the Authority’s service departments. The Authority therefore cannot guarantee any volume or value for this contract.
The Supplier will be required to collect individual or small numbers of applicable items from the Authority’s premises and to deliver them to other sites and locations as required by the Authority. The items will be movable by manual handling and without the need for specialist equipment.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Major and standard, responsive removals, and storage service
Lot No
1
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 63121100 - Storage services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Lot 1 – Removal & Storage Services:
The Authority requires the provision of an efficient and effective removal service, delivered in a timely, safety conscious, and considerate manner, with all due care and skill to conform to the specification and to best industry standards. The Supplier will have sufficient expertise and resources to meet the Authority’s requirements, undertaking removal, transportation, and relocation services, in addition to other associated services.
The services required by the Authority can be broadly categorised into the following:
Major removals;
Standard removals;
Minor removals;
Storage services; and
Other associated services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is the option to extend the contract for a further two (2) twelve (12) month periods after the initial 3 year contract period.
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
Courier Services
Lot No
2
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Lot 2 – Courier Services
The Authority requires the provision of an efficient and effective courier service, delivered in a timely, safety conscious, and considerate manner, with all due care and skill to conform to the specification and to best industry standards. The Supplier will have sufficient expertise and resources to meet the Authority’s requirements, undertaking collection, transportation, and delivery services.
The majority of the Authority’s requirements are to be provided on an ad hoc basis, as these are subject to requests submitted by the Authority’s service departments. The Authority therefore cannot guarantee any volume or value for this contract.
The Supplier will be required to collect individual or small numbers of applicable items from the Authority’s premises and to deliver them to other sites and locations as required by the Authority. The items will be movable by manual handling and without the need for specialist equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is the option to extend the contract for a further two (2) twelve (12) month periods after the initial 3 year contract period.
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 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 March 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom