Contract

Office Removals Services Framework

  • Bournemouth Christchurch and Poole Council

F03: Contract award notice

Notice identifier: 2022/S 000-029145

Procurement identifier (OCID): ocds-h6vhtk-03508d

Published 17 October 2022, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Strategic Procurement Team

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

Region code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

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

Office Removals Services Framework

Reference number

DN614948

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

Bournemouth Christchurch and Poole Council has created a framework for removal companies to transport items as identified from one Council office to another.

The Office Removal Services Framework consists of three companies capable of delivering removals services as outlined in this specification.

The three suppliers appointed onto the framework are ranked 1 to 3. 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 start date of the framework contract is 1 October 2022. The framework contract will be

for three years and three months.

BCP Council (‘the Council’) has creating an Office Removal Services Framework to assist with

Council office accommodation removals and site clearances.

The removal companies are expected to be experienced and professional to transport items as identified from one Council property to another. Office Removal Services will be requested on an as and when basis. The Council does not guarantee any level of business for any company awarded onto the framework during the period of the contract.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £350,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 60180000 - Hire of goods-transport vehicles with driver
  • 63521000 - Freight transport agency services
  • 90500000 - Refuse and waste related services
  • 98340000 - Accommodation and office services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

Bournemouth Christchurch and Poole Council has created a framework for removal companies to transport items as identified from one Council office to another.

The Office Removal Services Framework consists of three companies capable of delivering removals services as outlined in this specification.

The ranking of the suppliers on the framework will be re-assessed prior to 1 January each year commencing 1 January 2024. This will then determine the ranking of the suppliers under the framework for the next year of the framework.

The Council does not expect the first ranked supplier will be available for every move due to availability, there may be occasions when several office moves happen over the same time period. It is for this reason a framework of up to three 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.2.11) 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: 2022/S 000-018916


Section five. Award of contract

Contract No

DN614948

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 October 2022

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Pickfords Move Management Limited

Pickfords Park, 10 Laxcon Close

London

NW10 0TG

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £350,000

Total value of the contract/lot: £350,000


Section five. Award of contract

Contract No

DN614948

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 October 2022

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Commercial Transfer Limited

Unit 3, Bonville Trading Estate, Bonville Road

Bristol

BS4 5QU

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
The contractor is an SME

No

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

Total value of the contract/lot: £350,000


Section five. Award of contract

Contract No

DN614948

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 October 2022

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Johnsons 1871 Ltd T/a Johnsons Business Moves

7 Brunel Court, Rudheath Way, Gadbrook Park,

Northwich

CW9 7LP

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

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

Total value of the contract/lot: £350,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WC2A 2LL

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).