Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Cotton Street
Paisley
PA1 1AL
Contact
Aileen Ross
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