Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Removal, Relocation and Warehouse Storage Services Framework

  • First published: 13 January 2021
  • Last modified: 13 January 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Renfrewshire Council
Authority ID:
AA78340
Publication date:
13 January 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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; Qty 2;

— 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 Limited. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Limited and the Service Provider.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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.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 two 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.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 500 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Removal, Relocation and Warehouse Storage Services for Adhoc 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; Qty 2;

— 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 Limited. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Limited and the Service Provider.

II.2.5) Award criteria

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.2.11) 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

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.2.11) 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 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:

2020/S 152-373628

Section V: Award of contract

Lot No: 1

Title: Removal, Relocation and Warehouse Storage Services for Ad-hoc Requirements

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/12/2020

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Kelerbay Ltd t/a Doree Bonner International

International House, 19 Kennet Road

Kent

DA1 4QN

UK

Telephone: +44 1419526000

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harrow Green Ltd t/a Restore Harrow Green

2 Oriental Road

London

E16 2BZ

UK

Telephone: +44 2075406550

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Richard Healey Removals Ltd

Riversleigh, 9 Kilwinning Road

Irvine

KA12 8RR

UK

Telephone: +44 1505502220

NUTS: UKM93

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Removal, Relocation and Warehouse Storage Services for Homeless Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/12/2020

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Kelerbay Ltd t/a Doree Bonner International

International House, 19 Kennet Road

Kent

DA1 4QN

UK

Telephone: +44 1419526000

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Richard Healey Removals Ltd

Riversleigh, 9 Kilwinning Road

Irvine

KA12 8RR

UK

Telephone: +44 1505502220

NUTS: UKM93

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Clockwork Removals Ltd

Tower Bridge House, St Katharines Way

London

E1W 1DD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 500 000.00  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 removal, relocation and warehouse storage services. The project code is 16566 and consists of the three 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 SubContractors;

— QMS certification/policy;

— EMS certification/policy;

— insurance certificates/broker letter.

(SC Ref:639764)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

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 in accordance with Regulation 88 of the 2015 Regulations.

VI.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

08/01/2021

Coding

Commodity categories

ID Title Parent category
98340000 Accommodation and office services Miscellaneous services
98392000 Relocation services Other services
63120000 Storage and warehousing services Cargo handling and storage services
63122000 Warehousing services Storage and warehousing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
graeme.clark@renfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.