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
Telephone
+44 1202128989
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
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).