Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
Town Hall
Bournemouth
BH2 6DY
Contact
Procurement
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.1) Name and addresses
Poole Housing Partnership Limited
Beech House, 28-30 Wimborne Road
Poole
BH15 2BU
Contact
Procurement
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
National registration number
05025994
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk
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
Housing Removal Services Framework
Reference number
DN561553
two.1.2) Main CPV code
- 60180000 - Hire of goods-transport vehicles with driver
two.1.3) Type of contract
Services
two.1.4) Short description
The Council requires experienced and professional removal companies to transport items as identified from one Housing property to another on behalf of tenants residing within these properties. The Housing Removal Services Framework will consist of up to five companies capable of delivering removal services.
The anticipated start date of the contract is 1 January 2021. The contract will be for four years.
BCP Council (‘the Council’) is creating a Housing Removal Services Framework to assist with residential removal services.
The Housing Removal Services Framework will consist of up to five companies capable of delivering removal services as outlined in the specification.
The removal companies are expected to be experienced and professional to transport items as identified from one housing property to another on behalf of tenants residing within these properties.
This contract is being procured on behalf of both Bournemouth Christchurch and Poole Council (BCP Council) and Poole Housing Partnership Ltd (PHP).
two.1.5) Estimated total value
Value excluding VAT: £320,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60180000 - Hire of goods-transport vehicles with driver
- 63521000 - Freight transport agency services
- 70333000 - Housing services
- 90500000 - Refuse and waste related services
- 98340000 - Accommodation and office services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
The length of the Housing Removal Services framework will be for four years. It is anticipated that the framework will commence on 1 January 2022.
The Council will be awarding up to five suppliers to be on the Housing Removals Framework. The five suppliers that are appointed onto the framework will be ranked 1 to 5. The first company on the list being the first point of contact for the Council when a removal comes up. If the first ranked supplier is not able to do the move, the next ranked supplier will be contacted and so on until a supplier confirms availability.
The ranking of the suppliers on the framework will be re-assessed prior to the anniversary start date of the contract in each year of the framework. This will then determine the ranking of the suppliers under the framework for the next year of the framework.
The Council’s housing removals requirements run on a very short time frame. Most removals are booked between 1 and 7 days prior to the move. We do not expect the first ranked supplier will be available for every move due to availability. It is for this reason a framework of up to five suppliers has been decided on rather than just a single supplier.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The length of the contract will be for four years. Once the contract has ended, it is likely that a new contract will be procured.
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
Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
Date
7 October 2021
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 October 2021
Local time
2:05pm
Information about authorised persons and opening procedure
All bids are electronically sealed and opened by the Council's Democratic Services team after the Bid deadline
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The length of the contract will be for four years. Once the contract has ended, it is likely that a new contract will be procured.
six.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity and the scheme as a whole.
The Council is carrying out this procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (as amended).
In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 86) and observe a minimum 10 day standstill period (in accordance with Regulation 87) before the contract is entered into.
The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
The services will predominantly be performed within the boundaries of BCP Council for the Council.
six.4) Procedures for review
six.4.1) Review body
Bournemouth Christchurch and Poole Council
Bournemouth
BH2 6DY
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).