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.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-CPU-24-120
two.1.2) Main CPV code
- 98392000 - Relocation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council has awarded a framework 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.1.6) 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)
- 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 awarded a framework 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 are 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.2.11) 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: 2024/S 000-041278
Section five. Award of contract
Contract No
RC-CPU-24-120
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 June 2025
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Doree Bonner International
48 Clyde Street , Clydebank, Glasgow
Glasgow
G81 1NW
Telephone
+44 1419526000
Fax
+44 1419514527
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Clockwork Removals
17 Cloberfield, Milngavie
Glasgow
G62 7LN
Country
United Kingdom
NUTS code
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
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 six. Complementary information
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
(SC Ref:805014)
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