Tender

Housing Removal, Relocation and Warehouse Storage Framework

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2024/S 000-041278

Procurement identifier (OCID): ocds-h6vhtk-04cc58

Published 20 December 2024, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Cotton Street

Paisley

PA1 1AL

Contact

Aileen Ross

Email

aileen.ross@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.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, Relocation and Warehouse Storage Framework

Reference number

RC-CPU24-120

two.1.2) Main CPV code

  • 98392000 - Relocation services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework is for Housing Removal, Relocation and Warehouse Storage Services.

The Framework will be a single lot, multi-supplier ranked framework. The lot is as follows:

Lot 1 – Housing Removal, Relocation and Warehouse Storage Services shall include for the decant of Council tenants and storage for the Council’s Homeless and Housing Services - (itt_56062).

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 63121100 - Storage services
  • 98392000 - Relocation services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

Renfrewshire Council have a requirement for Service Providers to be appointed onto Lot 1 of the Framework for the Housing Removal, Relocation and Warehouse Storage Services as required by the Council’s Housing and Homeless Services Team.

Service Providers appointed onto the framework will be required to undertake the following related Services:

Removal & Relocation Services - Removal and Relocation of furniture and personal belongings from one Premises to another.

Removal & Warehouse Storage Services - Removal of furniture and personal belongings from a Premises and delivered to and stored at the Service Providers warehouse storage facility

The Council would expect as a minimum the following items to be transported and be available at site:

Pallet skates, Qty 4

Hydraulic moving lifting trolleys with securing straps ;CE test certificates, Qty 1

Sack barrows, Qty 4

For vehicle loading, a tailgate loading or a vehicle lifting jib -all vehicles

Vehicle storage compartments /frame for safe distributed/ securing of loads

Electric Power tools Qty 4 for dismantling or assembling furniture items

Toolkit Qty 4

Cleaning equipment

PPE Safety Wear

two.2.5) Award criteria

Quality criterion - Name: Methodology and Approach for Removal Services / Weighting: 10

Quality criterion - Name: Methodology and Approach for Warehouse Storage of Property / Weighting: 5

Quality criterion - Name: Inventory Procedure / Weighting: 3

Quality criterion - Name: Warehouse Storage Facilities / Weighting: 3

Quality criterion - Name: Training / Weighting: 4

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 2

Quality criterion - Name: Community Benefits Supporting Methodology / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 65

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 May 2025

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

The framework will allow for an optional extension of up to 12 months

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderers are required to be a member of the British Association of Removers (BAR) or an equivalent body acceptable to the Council.

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: 3

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.2.2) Time limit for receipt of tenders or requests to participate

Date

5 February 2025

Local time

12:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If the services are still required following expiry of the framework then a re-tender may take place.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The purpose of this contract notice is to publicise the tender opportunity for a Framework for Housing Removal, Relocation and Warehouse Storage Services. The project code is 27308 and consists of the 2 ITT's noted below:

ITT 55991 - Master ITT

ITT 56062 - Lot 1 - Housing Removal, Relocation and Warehouse Storage

Please note that following the issue of the tender documentation, all questions and communications relating to this tender must be posted via the Public Contracts Scotland Tender Message Area. This ensures fairness and transparency to all interested parties.

The recommended tenderer(s) will be required to provide at Request for Documentation stage the following documents:

Health and Safety Questionnaire and supporting documents

Data Processor Agreement

S1 Equalities Questionnaire

S2 Equalities Declaration

S3 Tender Compliance Certificate

S5 Prompt Payment Certificate

S9 List of Proposed Domestic Sub-Contractors

Insurance certificates/broker letter

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 55991. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Council has a requirement that 10 CBPs are offered once 30000 GBP of spend has been reached through the lifecycle of the framework. The Council shall work with the tenderer to ensure that any community benefits offered are realised during the life of the framework.

(SC Ref:775216)

six.4) Procedures for review

six.4.1) Review body

See VI.4.3 below

See VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Court of Session

Parliament Square

Edinburgh

EH1 1RQ