Opportunity

REMOVAL AND STORAGE SERVICES

  • Tayside Procurement Consortium

F02: Contract notice

Notice reference: 2021/S 000-009671

Published 5 May 2021, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

Email

yvonne.graham@dundeecity.gov.uk

Country

United Kingdom

NUTS code

UKM7 - Eastern Scotland

Internet address(es)

Main address

http://www.taysideprocurement.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

one.2) Information about 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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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 AND STORAGE SERVICES

Reference number

TPC/REMOVALS/21/01

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Removal and Storage Services for Domestic and Commercial Properties. The following organisations may use the framework agreement:

Angus Council

Dundee City Council

Perth & Kinross Council

Tayside Contracts

Angus Alive

Culture P & K

Leisure & Culture Dundee

Dundee and Angus College

Abertay University

University of Dundee

NHS Tayside

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Commercial Properties

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 60180000 - Hire of goods-transport vehicles with driver
  • 44613000 - Large containers
  • 44613400 - Storage containers

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus area

Dundee area

Perth & Kinross area

two.2.4) Description of the procurement

Removal and Storage Services for Commercial properties.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 70

Quality criterion - Name: Storage Facilities / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 70

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

The Purchaser shall have the option of extending the framework agreement (either singly or in phases) for a further period (or periods) of up to one year after the expiry of the term.

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

Domestic Properties

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 60180000 - Hire of goods-transport vehicles with driver
  • 44613000 - Large containers
  • 44613400 - Storage containers

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Angus area

Dundee area

Perth & Kinross area

two.2.4) Description of the procurement

Removal and Storage services for Domestic Properties.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 70

Quality criterion - Name: Storage Facilities / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 70

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

The Purchaser shall have the option of extending the framework agreement (either singly or in phases) for a further period (or periods) of up to one year after the expiry of the term.

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

List and brief description of selection criteria

Employer’s (Compulsory) Liability Insurance - the sum of not less than GPB10,000,000 for any one incident

Public Liability Insurance - GBP5,000,000

Goods in Storage Insurance - GBP1,000,000 for any one incident

Goods in Transit Insurance - GBP35,000 for any one incident

4B.6 the following financial criteria will require to be met:

- Net profit for both financial years;

- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

- Management accounts (balance sheet and profit and loss) for the trading period to date.

Minimum level(s) of standards possibly required

Employer’s (Compulsory) Liability Insurance - the sum of not less than GBP10,000,000 for any one incident

Public Liability Insurance - the sum of not less than GBP5,000,000 for any one incident

Goods in Storage Insurance - the sum of not less than GBP1,000,000 for any one incident

Goods in Transit Insurance - the sum of not less than GBP35,000 for any one incident

4B.6 the following financial criteria will require to be met:

Net profit for both financial years; if there has been a loss in any one year the bidder must provide an explanation of the specific circumstances leading to the loss.

- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

- Bidders will also be required to provide management accounts (balance sheet and profit and loss) for the trading period to date. Explanation to be provided if the above financial criteria is not met.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2 Bidders will be required to provide 2 example that demonstrate that they have the relevant experience to deliver the services/supplies

as described in the relevant section of the Site Notice.

4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Contract Notice or the relevant section of the Site Notice.

Bidders require to have access to vehicles for the purpose of Removals. Provide details of the type of vehicles you have as well as the quantity of vehicles.

4D.1/4D1.1/4D1.2 The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.

Minimum level(s) of standards possibly required

As above


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

Framework agreement with several operators

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 000-001440

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 June 2021

Local time

12:00pm

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

3 June 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: May 2025

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Question scoring methodology for Selection Criteria (Qualification Envelope): Pass/Fail

Award Criteria questions can be found in the ITT together with the weighting.

Award Scoring

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains

insufficient/limited detail or explanation to demonstrate how the requirements will be fulfilled.

2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.

4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15058. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Where the spend value per annum with a Supplier is greater than GBP50,000, TPC is looking to recognise Providers who will invest in our local community. This could include for example:

- donation of containers or packaging materials for community groups

- Removal Services for a community/charity group

- Storage/Delivery of materials for a community group

- Sponsorship of a community group/event

(SC Ref:644576)

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace

8 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom