Contract

Framework for Domestic and Commercial Removals, Storage and Disposals

  • South Lanarkshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-016393

Procurement identifier (OCID): ocds-h6vhtk-03b39d

Published 24 May 2024, 8:42am



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Almada Street

Hamilton

ML3 0AA

Contact

Linda Haggart

Email

linda.haggart@southlanarkshire.gov.uk

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://www.southlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for Domestic and Commercial Removals, Storage and Disposals

Reference number

SLC/HT/23/013

two.1.2) Main CPV code

  • 63121000 - Storage and retrieval services

two.1.3) Type of contract

Services

two.1.4) Short description

South Lanarkshire Council's Housing and Technical Resources Property, Housing Management and Homelessness Services have a requirement to provide a service for the Removal, Storage and Disposal of items. In addition, there is also the requirement as part of the Council’s wider buildings estate portfolio to include internal office/Education moves for short or longer term decants to other buildings.

This service has been split into the following Lots:-

Lot 1 - Domestic Removals Storage and Disposals

Lot 2 - Commercial Removals Storage and Disposals

Bidders may submit a bid for one or both Lots. The maximum number of Lots that a bidder can be appointed to is two.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £667,500

two.2) Description

two.2.1) Title

Commercial Removals, Storage and Disposal

Lot No

2

two.2.2) Additional CPV code(s)

  • 63121000 - Storage and retrieval services

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 2 - Commercial Removals, Storage and Disposal

The purpose of this Lot is to appoint a ‘back up Service Provider’ to assist with Removal and Disposal services in relation to Council owned property, office equipment, furniture, school equipment and miscellaneous items being moved from / to non-domestic premises throughout the South Lanarkshire geographical area.

This Lot will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria which enables the Council to take account of the criteria that reflect the qualitative technical aspects of the tender submission as well as price when reaching an award decision.

The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: -

As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot.

As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the Lot to include Fair Work First and Community Benefits.

As part of Stage 3 the bidders will then be required to complete Commercial response based on services associated with the Lot.

As part of the tender evaluation process the Council will then request evidence from the recommended bidder prior to being appointed to the Lot.

The form of contract for this Lot will be South Lanarkshire Councils Standard Terms and Conditions of Contract for Services.

The contract term will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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 Removals, Storage and Disposal

Lot No

1

two.2.2) Additional CPV code(s)

  • 63121000 - Storage and retrieval services

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Lot 1 – Domestic Removals, Storage and Disposal -

The purpose of this Lot is to appoint a Service Provider in relation to the removal and same day relocation and/or storage of personal property, household goods, furniture and carpets being moved from / to domestic premises, licensed waste disposal facilities and Council approved recycling stores throughout South Lanarkshire geographical area and, at times outside South Lanarkshire geographical area.

This Lot will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an award decision.

The Council has adopted a sequential opening process for any tender exercise conducted per the following stages:

As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot.

As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the Lot including Fair Work First and Community Benefits.

As part of Stage 3 the bidders will then be required to complete Commercial response based on services associated with the Lot.

As part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed to the Lot.

The form of contract for this Lot will be South Lanarkshire Councils Standard Terms and Conditions of Contract for Services.

The contract term will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2023/S 000-020795


Section five. Award of contract

Lot No

1

Title

Domestic Removals, Storage and Disposal

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 April 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

AMC Removals UK

Unit 2 - Glenfield Industrial Estate, Perth Road

Cowdenbeath

KY4 9HT

Telephone

+44 1383514239

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Restore Harrow Green

Unit 3B Milnpark Trading Estate, 12 Lambhill Quadrant

Glasgow

G41 1SB

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

No

five.2.3) Name and address of the contractor

Richard Healey Removals Ltd

1 Willowyard Road

Beith

KA15 1JG

Telephone

+44 1505502220

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SSR Removals & Storage Ltd

19/20 Back O'Hill Industrial Estate

Stirling

FK8 1SH

Telephone

+44 7534878885

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £400,500


Section five. Award of contract

Lot No

2

Title

Commercial Removals, Storage and Disposal

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 April 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Restore Harrow Green

Unit 3B Milnpark Trading Estate, 12 Lambhill Quadrant

Glasgow

G41 1SB

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

No

five.2.3) Name and address of the contractor

Richard Healey Removals Ltd

1 Willowyard Road

Beith

KA15 1JG

Telephone

+44 1505502220

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Johnsons Moving Services

7 Brunel Court , Rudheath Way

Rudheath

CW9 7LP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SSR Removals & Storage Ltd

19/20 Back O'Hill Industrial Estate

Stirling

FK8 1SH

Telephone

+44 7534878885

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £267,000


Section six. Complementary information

six.3) Additional information

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol

It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.

Declarations and Certificates

Prior to any appointment being made (unless the information has already been submitted during the procurement process) the successful bidder(s) will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope relating to the SPD (Scotland).

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

SPD Question 2D.1: Prompt Payment Certificate

SPD Question 3A.1 to 3A.8: Serious and Organised Crime Declaration

SPD Question 3A.1 to 3A.8: Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form

SPD Question 3A.6: Modern Slavery Act 2015 Declaration

SPD Question 3D.11: Non-Collusion Certificate

SPD Question 4B.5.1: Insurance Certificates

- Employer's Liability 10,000,000 GBP

- Public Liability 5,000,000 GBP

- Goods in Transit Insurance 35,000 GBP

- Goods in Storage Insurance 1,000,000 GBP (Lot 1 only)

SPD Question 4C.6: Goods Vehicle Operator’s Licence

SPD Question 4C.6: Waste Carrier's Licence

SPD Question 4C.6: Category C1 and C Licences

SPD Question 4C.6: British Association of Removers (BAR) Accreditation

SPD Question 4D.1: ISO 9001:2015 Quality Management System

SPD Question 4D.2: ISO 14001:2015 Environmental Management

Declaration / Waste Carrier's Licence / BAR Accreditation

Declaration Section: Form of Offer to Tender

Declaration Section: Health and Safety Questionnaire

The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope, failure to do so will render your bid invalid.

Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

+44 1312252595

supreme.courts@scotcourts.gov.uk

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23975. For more information see:

https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:766515)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street,

Hamilton

ML3 0BT

Email

hamiltoncivl@scotcourts.gov.uk

Telephone

+44 1698282957

Country

United Kingdom

Internet address

www.scotscourts.gov.uk