Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  Renfrewshire Council
  Cotton Street
  Paisley
  PA1 1AL
  UK
  
            Contact person: Aileen Ross
  
            E-mail: aileen.ross@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.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
Housing Removal, Relocation and Warehouse Storage Framework
            Reference number: RC-CPU-24-120
  II.1.2) Main CPV code
  98392000
 
  II.1.3) Type of contract
  Services
  II.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).
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				350 000.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    63000000
    63120000
    63121000
    63121100
    98392000
    II.2.3) Place of performance
    NUTS code:
    UKM83
Main site or place of performance:
    Renfrewshire
    II.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
    II.2.5) Award criteria
    
                    Quality criterion: Methodology and Approach for Removal Services
                    / Weighting: 10
    
                    Quality criterion: Methodology and Approach for Warehouse Storage of Property
                    / Weighting: 5
    
                    Quality criterion: Inventory Procedure
                    / Weighting: 3
    
                    Quality criterion: Warehouse Storage Facilities
                    / Weighting: 3
    
                    Quality criterion: Training
                    / Weighting: 4
    
                    Quality criterion: Community Benefits Outcome Menu
                    / Weighting: 2
    
                    Quality criterion: Community Benefits Supporting Methodology
                    / Weighting: 3
    
                    Quality criterion: Fair Work First
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      65
    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
            
   
 
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
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-041278
 
Section V: Award of contract
          Contract No: RC-CPU-24-120
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/06/2025
V.2.2) Information about tenders
                Number of tenders received: 6
                Number of tenders received from SMEs: 2
                Number of tenders received from tenderers from 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
      
V.2.3) Name and address of the contractor
  Doree Bonner International
  48 Clyde Street , Clydebank, Glasgow
  Glasgow
  G81 1NW
  UK
  
            Telephone: +44 1419526000
  
            Fax: +44 1419514527
  
            NUTS: UK
  The contractor is an SME:
        No
      
 
V.2.3) Name and address of the contractor
  Clockwork Removals
  17 Cloberfield, Milngavie
  Glasgow
  G62 7LN
  UK
  
            NUTS: UKM81
  The contractor is an SME:
        No
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: 350 000.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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)
VI.4) Procedures for review
  VI.4.1) Review body
  
    See VI.4.3 below
    See VI.4.3 below
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  Court of Session
  Parliament Square
  Edinburgh
  EH1 1RQ
 
VI.5) Date of dispatch of this notice
05/08/2025