Tender

PR007 Removals,Storage and Courier Services

  • Kent Community Health NHS Foundation Trust
  • Kent and Medway NHS Social Care Partnership Trust

F02: Contract notice

Notice identifier: 2023/S 000-003637

Procurement identifier (OCID): ocds-h6vhtk-03a34e

Published 6 February 2023, 5:32pm



Section one: Contracting authority

one.1) Name and addresses

Kent Community Health NHS Foundation Trust

Ecovate

London

HA1 3EX

Contact

Ms Nicky Hay

Email

nhay@ecovategroup.com

Telephone

+44 2030062371

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.lppsourcing.org

Buyer's address

http://www.lppsourcing.org

one.1) Name and addresses

Kent and Medway NHS Social Care Partnership Trust

Kent

Email

nhay@ecovategroup.com

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.lppsourcing.org

Buyer's address

http://www.lppsourcing.org

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

http://www.lppsourcing.org

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

Internet address

http://www.lppsourcing.org