Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Yahia Reggab
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
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
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
Provision of Storage & Removal Services
Reference number
CFM0063
two.1.2) Main CPV code
- 98392000 - Relocation services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract is primarily to provide a removal and storage service for Fife Council. This will include office/building moves, moving furniture and equipment from either one area of the same building to another or to a completely different location within Fife. There may be a need for storage depending on the circumstances prevailing at the time. Removal and storage services for the Housing Service when housing or moving clients and homeless customers, and many of the requirements of the Contract are sensitive and/or urgent, the successful supplier must take this into consideration and maintain confidentiality at all times, including after the contract end period.
The Contract will also provide for planned and emergency removal and delivery of items within, and from one location to another within the boundary of Fife and storage at the Contractor’s facility if required. Tenderers will be advised that they must be able to respond to emergency moves within 2 hours of notification.
two.1.5) Estimated total value
Value excluding VAT: £332,649.60
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
We are looking for a provider who is able to cover the following requirements but are not limited to:
Internal asset moves and removals across all Council Services.
The storage requirement for our homeless clients – this framework offers a signposting service only, these clients are able to make their own arrangements as they choose.
Older people and mental health patients – to relocate/store their belongings when our patients are moved into residential/supported care establishments
Office Rationalisation Programme (ORP) - An ongoing programme of work to make the best use of the Council’s office estate, started in 2018 and is likely to continue well into 2023 as there is still some work required in the Dunfermline area.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £332,649.60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework period will be from 01st September 2022 to 31st August 2024 with the option of an extension to the Framework period of up to 24 months.
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
4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If the resultant ratio is 1 or greater then no further analysis by Finance is required, however, verification of the figures provided may be necessary prior to award. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer. If a company does not have 2 years of audited published accounts an explanation should be given.
Tenderers are required to provide their annual turnover for their last two financial set of accounts.
4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows:
Employer’s Liability - GBP 10 million
Public Liability (including Product Liability where appropriate) – GBP 5 million
Professional Negligence - GBP 250,000.00 The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to 2 years after the end of the Framework period (including any extension(s)).
Vehicle Insurance – evidence that all your vehicles used in this framework are insured
Minimum level(s) of standards possibly required
4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If the resultant ratio is 1 or greater then no further analysis by Finance is required, however, verification of the figures provided may be necessary prior to award. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer. If a company does not have 2 years of audited published accounts an explanation should be given.
Tenderers are required to provide their annual turnover for their last two financial set of accounts.
4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows:
Employer’s Liability - GBP 10 million
Public Liability (including Product Liability where appropriate) – GBP 5 million
Professional Negligence - GBP 250,000.00 The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to 2 years after the end of the Framework period (including any extension(s)).
Vehicle Insurance – evidence that all your vehicles used in this framework are insured
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must hold or commit to obtaining CPC (Certificate of Professional Competencies) in addition to holding the
Operator’s Licence necessary);
Tenderers must use a Gas Safe engineer is required for the disconnection and reconnection of any gas cooker.
Tenderers must hold HASAWA(Health & Safety Accreditation;
Tenderers must have a minimum of 3 years of experience in delivering the same service or they have to provide relevant a minimum of 2 examples of service carried out in
the past 3 years
Minimum level(s) of standards possibly required
Tenderers must hold or commit to obtaining CPC (Certificate of Professional Competencies) in addition to holding the
Operator’s Licence necessary);
Tenderers must use a Gas Safe engineer is required for the disconnection and reconnection of any gas cooker.
Tenderers must hold HASAWA(Health & Safety Accreditation;
Tenderers must have a minimum of 3 years of experience in delivering the same service or they have to provide relevant a minimum of 2 examples of service carried out in
the past 3 years
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Key Performance Indicator targets shall be agreed upon between the Provider and Fife Council at the commencement of the Contract; however, it is considered that they will be based around the following
Key Performance Indicators:
Response Time: Emergency response within 2 hours as detailed in the requirement.
Management Information: Management information is required as outlined in the framework document.
Issue Resolution: Professional and efficient handling of any complaints
Lead Time/Delivery Time: Consistently provides the information required in the agreed format and within the agreed timeline.
Ownership/Involvement: Does the suppliers’ management structure interface effectively with the customers' organisational structure? i.e., does the supplier demonstrate involvement/ownership at the appropriate level e.g., Account Manager when many touchpoints within the supplier, MD for supplier for key strategic suppliers owning relationship?
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 a single operator
four.1.6) Information about electronic auction
An electronic auction will be used
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
27 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 June 2022
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2026
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21433. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Tenderers should detail how they can establish community benefits through servicing this Contract for Fife Council.
(SC Ref:694243)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sheriff Court and Justice of Peace Court
Courthouse/Whytescauseway
Kirkcaldy
KY1 1XQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session