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

TfL 94103 Framework for Furniture and Office Equipment Remedial, Relocations, Installations and Storage Services

  • First published: 18 June 2021
  • Last modified: 18 June 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:
Transport for London
Authority ID:
AA24684
Publication date:
18 June 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Transport for London requires up to 25 000 ft2 of storage capacity (15 000 ft2 for head office and 10 000 ft2 for operational) and remedial services to undertake minor furniture repairs, the supply of individual furniture items and day to day small item moves and transport across the entire portfolio. Suppliers are required to be able to undertake furniture repairs using spare parts to make good and desirable if they could remodel furniture from existing stock. Operational Estate: e.g. stations, depots, docklands light railway, London Overground, bus stations, tramlink, river services including Woolwich Ferry, LT museum and operational management offices, approximately 400 sites. Mainly furniture installations, removal of redundant furniture and delivery of ad-hoc items of furniture, white goods.The Head Office portfolio comprises 21 buildings across London 3 are hub buildings at Palestra — Southwark, Pier Walk — North Greenwich and Endeavour Square — Stratford.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Transport for London

3rd floor,14 Pier Walk

London

SE10 0ES

UK

E-mail: LANCEJENNER@TFL.GOV.UK

NUTS: UK

Internet address(es)

Main address: https://tfl.gov.uk

Address of the buyer profile: https://tfl.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TfL 94103 Framework for Furniture and Office Equipment Remedial, Relocations, Installations and Storage Services

Reference number: DN471012

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This requirement is for the provision of an integrated relocation, furniture installation, remedial run and storage service across the business portfolio of head office and operational properties. Four competitive suppliers are required, due to the scale and nature of the moves programme, with works often occurring simultaneously.

The estimated value is between GBP 1-GBP 4 850 000 for the 4 year duration and there is one lot.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 4 850 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

TfL 94103 Framework for Furniture and Office Equipment Remedial, Relocations, Installations and Storage Services

II.2.2) Additional CPV code(s)

39000000

50000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Transport for London requires up to 25 000 ft2 of storage capacity (15 000 ft2 for head office and 10 000 ft2 for operational) and remedial services to undertake minor furniture repairs, the supply of individual furniture items and day to day small item moves and transport across the entire portfolio. Suppliers are required to be able to undertake furniture repairs using spare parts to make good and desirable if they could remodel furniture from existing stock. Operational Estate: e.g. stations, depots, docklands light railway, London Overground, bus stations, tramlink, river services including Woolwich Ferry, LT museum and operational management offices, approximately 400 sites. Mainly furniture installations, removal of redundant furniture and delivery of ad-hoc items of furniture, white goods.The Head Office portfolio comprises 21 buildings across London 3 are hub buildings at Palestra — Southwark, Pier Walk — North Greenwich and Endeavour Square — Stratford.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 60 %

Price / Weighting:  40 %

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

Restricted 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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 197-478582

Section V: Award of contract

Lot No: 1

Contract No: TfL94103

Title: TfL 94103 Framework for Furniture and Office Equipment Remedial, Relocations, Installations and Storage Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/05/2021

V.2.2) Information about tenders

Number of tenders received: 9

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

V.2.3) Name and address of the contractor

Ede's (UK) Ltd

5304354

Ermyn Lodge Stud, Shepherds Walk

Epsom

KT18 6DF

UK

E-mail: Bob.piggott@edes.com

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harris Installation Services Ltd

4665965

Unit 2 Birchmere Business Park Nathan Way Thamesmead

London

SE28 0AF

UK

E-mail: sheri@harrisinstall.co.uk

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Universal Commercial Relocation Ltd

7015127

First Floor, 5 Doolittle Yard, Froghall Road

Ampthill

MK45 2NW

UK

E-mail: sarah@ucr.uk.com

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

WJB Services Ltd

5130324

Unit 61, Horndon Industrial Estate

West Horndon

CM13 3XL

UK

E-mail: julie@wjbservices.co.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: : 4 850 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

Telephone: +44 207947000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

N/A

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

Transport for London

5 Endeavour Square, Westfield Avenue,

Stratford

E20 1JN

UK

VI.5) Date of dispatch of this notice

14/06/2021

Coding

Commodity categories

ID Title Parent category
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
50000000 Repair and maintenance services Other 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:
LANCEJENNER@TFL.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.