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