Section one: Contracting authority
one.1) Name and addresses
Kent County Council (T/A Procurement Services)
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Contact
Tamara Stevens
Telephone
+44 1622478849
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.commercialservices.org.uk/
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 to the above-mentioned address
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
Logistics, Warehousing & Removal Solution Y23021
Reference number
Y23021
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework will enable Customers to procure a quick easy solution for their removal, storage and relocation needs. This Framework Agreement is open to all public sector organisations and has been split into four (4) LOTS:
Lot 1 - Warehousing & Storage
Lot 2 - Logistic Transport Services
Lot 3 - Removals, Relocations & Void Clearances
Lot 4 - Fully Comprehensive Removal Services
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
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
Warehousing & Storage
Lot No
LOT 1
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Warehousing & Storage can include, but not limited to
•Secure UK warehousing and storage solutions
•Any size, weight or quantity of items including cartons, pallets and irregularly shaped items
•Processing and archiving items
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.2.14) Additional information
All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.
two.2) Description
two.2.1) Title
Logistic Transport Services
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Logistic Transport Services can include, but not limited to:
•UK wide collection and delivery from Customer locations
•Tracking services
•Ability to handle specialist items
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.2.14) Additional information
All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.
two.2) Description
two.2.1) Title
Removals, Relocations & Void Clearances
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
- 98392000 - Relocation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Removals, Relocations and Void Clearances Services can include, but not limited to:
•Packing, removing and/or relocation of Customer’s items
•Complete and partial clearances
•Storage solutions
•Disposal of unwanted items
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.2.14) Additional information
All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.
two.2) Description
two.2.1) Title
Fully Comprehensive Removal Services
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
- 63121000 - Storage and retrieval services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Fully Comprehensive Removal Services can include, but not limited to:
•Secure UK warehousing and storage Services
•Processing and archiving items
•UK wide collection and delivery
•Tracking services
•Packing, removing and relocation of Customer’s items
•Complete and partial clearances
•Disposal of unwanted items
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.2.14) Additional information
All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 August 2023
Local time
2:00pm
Changed to:
Date
21 August 2023
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 August 2023
Local time
2:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates ofthe CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man. For additional information please see the Invitation to Tender document.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Storage-and-warehousing-services./6945D3A7S3" target="_blank">https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Storage-and-warehousing-services./6945D3A7S3
To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/6945D3A7S3" target="_blank">https://csg.delta-esourcing.com/respond/6945D3A7S3
GO Reference: GO-2023622-PRO-23257362
six.4) Procedures for review
six.4.1) Review body
Commercial Services Kent Limited
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Telephone
+44 1622478849
Country
United Kingdom