Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Telephone: +44 7483393633
E-mail: graeme.clark@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.1) Name and addresses
Renfrewshire Leisure Ltd
The Lagoon Centre, Christie Street
Paisley
PA1 1NB
UK
Telephone: +44 1416187390
E-mail: julie.telford@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshireleisure.com
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23182
I.2) Joint procurement
The contract involves joint procurement
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Removal, Relocation and Warehouse Storage Services Framework
Reference number: RC-CPU-19-478
II.1.2) Main CPV code
63120000
II.1.3) Type of contract
Services
II.1.4) Short description
This framework is for removal, relocation and warehouse storage services.
The framework will be a multi-supplier ranked framework and will be divided into the 2 lots as follows:
Lot 1: Removal, Relocation and Warehouse Storage Services for ad-hoc removal requirements. This lot shall include for example office moves, other Council premises moves, school decants and the decant of Council tenants and any other removals (excluding Homeless Services) – ITT 35898.
Lot 2: Removal, Relocation and Warehouse Storage Services for the Council’s Homeless Services — ITT 35899.
The framework may be utilised by all departments of Renfrewshire Council. Renfrewshire Leisure Ltd may utilise lot 1 — ad-hoc requirements — ITT35898.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Removal, Relocation and Warehouse Storage Services for Ad-hoc Requirements
II.2.2) Additional CPV code(s)
98340000
63122000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire.
II.2.4) Description of the procurement
Service providers appointed onto the framework will be required to undertake the following related services:
Removal and relocation services: -Dis-assembly, removal or relocation and rebuild of office furniture items and storage units, monitor arms, desk power supplies from one office premises to another. Disposal and recycling of obsolete, defective or life expired items, processed to comply with Waste recycling and WEEE regulations.
Removal and warehouse storage services — removal of office furniture or equipment from a premises and delivered to and stored at the service providers warehouse storage facility using Inventory management storage techniques.
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
Double sided trolley with securing straps/cage for desks; Qty2
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
Move storage crates
Toolkit Qty 4
Cleaning equipment
PPE safety wear
Lot 1 of the framework may also be utilised by Renfrewshire Leisure Ltd. Should Renfrewshire Leisure Ltd award any contracts under the framework the contract shall be between Renfrewshire Leisure Ltd and the service provider.
II.2.5) Award criteria
Criteria below:
Quality criterion: Community benefits outcome menu
/ Weighting: 3
Quality criterion: Community benefits supporting methodology
/ Weighting: 2
Quality criterion: Fair work practices
/ Weighting: 5
Quality criterion: Methodology and approach for removal services and office accommodation changes
/ Weighting: 10
Quality criterion: Methodology and approach for warehouse storage of inventory or property
/ Weighting: 2
Quality criterion: Inventory procedure
/ Weighting: 2
Quality criterion: Warehouse storage facilities
/ Weighting: 2
Quality criterion: Training records
/ Weighting: 3
Quality criterion: Business continuity and contingency plan
/ Weighting: 1
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
375 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for up to a period of one (1) year up to a maximum contract period of four (4) years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lot No: 2
II.2.1) Title
Removal, Relocation and Warehouse Storage Services for Homeless Services
II.2.2) Additional CPV code(s)
63120000
98392000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire.
II.2.4) Description of the procurement
Service providers appointed onto the framework will be required to undertake the following related services:
Removal and relocation services — removal and relocation of furniture and personal belongings from one premises to another.
Removal and 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
II.2.5) Award criteria
Criteria below:
Quality criterion: Community benefits outcome menu
/ Weighting: 3
Quality criterion: Community benefits supporting methodology
/ Weighting: 2
Quality criterion: Fair work practices
/ Weighting: 5
Quality criterion: Methodology and approach for removal services
/ Weighting: 10
Quality criterion: Methodology and approach for warehouse storage of property
/ Weighting: 2
Quality criterion: Inventory procedure
/ Weighting: 2
Quality criterion: Warehouse storage facilities
/ Weighting: 2
Quality criterion: Training
/ Weighting: 3
Quality criterion: Business continuity and contingency plan
/ Weighting: 1
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for up to a period of one (1) year up to a maximum contract period of four (4) years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
This contract will include performance conditions relating to fair working practices and community benefits. The performance conditions are detailed within the conditions of contract.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
Justification for any framework agreement duration exceeding 4 years: N/a
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/09/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
05/02/2021
IV.2.7) Conditions for opening of tenders
Date:
08/09/2020
Local time: 12:00
Place:
Renfrewshire House or due to the Covid-19 pandemic if the Council is home working tenders will be opened at home using an opening committee on PCS-T.
Section VI: Complementary information
VI.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.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
The purpose of this contract notice is to publicise the tender opportunity for a framework for removal, relocation and warehouse storage services. The project code is 16566 and consists of the 3 ITT's noted below:
ITT 35897 — Master ITT
ITT 35898 — Lot 1: ad-hoc requirements
ITT 35899 — Lot 2: homeless services
ITT 35897 must be completed by all tenderers who wish to bid for either one of the lots or both lots.
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
S1 equalities questionnaire
S2 equalities declaration
S3 tender compliance certificate
S4 no collusion certificate
S5 prompt payment certificate
S9 list of proposed domestic sub-contractors
QMS certification/policy
EMS certification/policy
Insurance certificates/broker letter
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16566. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Please refer to the invitation to tender document for more information on community benefit requirements.
(SC Ref:625047).
VI.4) Procedures for review
VI.4.1) Review body
Paisley Sheriff Court
3 St James' St
Paisley
PA3 2HL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
04/08/2020