Section one: Contracting authority
one.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Telephone
+44 1382229961
Country
United Kingdom