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 Notice

Removal, Relocation and Warehouse Storage Services

  • First published: 05 March 2020
  • Last modified: 05 March 2020

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:
05 March 2020
Deadline date:
06 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

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 Ltd. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Ltd and the service provider.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

UK

Telephone: +44 3003000300

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

Reference number: RC-CPU-18-500

II.1.2) Main CPV code

63120000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Ltd.

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; 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 Ltd. Should Renfrewshire Leisure Limited 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 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 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.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.5.1 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice (employer’s compulsory liability insurance).

4B.5.2 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice (For other insurances).

4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant contract notice, the bidder declares that:


Minimum level(s) of standards required:

4B.5.1 - 4B.5.3 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Lot 1

Employer’s (compulsory) liability insurance = minimum GBP 5 million

Public liability = minimum GBP 1 million

Building and contents insurance = bidders should provide evidence that their property policy extends to cover their clients’ assets in their custody and care. Bidders will be required to provide evidence by way of a letter from their insurance broker.

Statutory third party motor vehicle cover = GBP 5 million

Lot 2

Employer’s (compulsory) liability insurance = minimum GBP 5 million

Public liability = minimum GBP 1 million

Buildings and contents insurance = bidders should provide evidence that their property policy extends to cover their clients’ assets in their custody and care. Bidders will be required to provide evidence by way of a letter from their insurance broker.

Statutory third party motor vehicle cover = GBP 5 million

4B.6 The Council will use a Dun and Bradstreet (D&B) failure score of 20 or above.

It is recommended that bidders review their own D&B failure score in advance of submitting their ESPD submission. If, following this review, bidders consider that the D&B failure score does not reflect their current financial status; the bidder should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence.

Where the bidder is under no obligation to publish accounts and therefore does not have a D&B failure score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the bidder to undertake a contract of this size.

Where the bidder intends to sub-contract more than 25 % of any contract value of a single sub-contractor, the bidder may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2 For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the contract notice:

4C.9 Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise:

4C.10 Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.

4D.1 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?

4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards?


Minimum level(s) of standards required:

4C.1.2 Bidders will be required to provide examples that demonstrate that they have relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU contract notice or the relevant section of the site notice. Bidders are required to provide two examples per lot the bidder is bidding for.

4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU contract notice or the relevant section of the site notice for the lot/lots the bidder is bidding for.

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1 Quality management procedures

1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

Or

2) The bidder must have the following:

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

4D.2 Environmental management

1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

Or

2) The bidder must have the following:

Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks.

III.2) Conditions related to the 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: 06/04/2020

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: 03/09/2020

IV.2.7) Conditions for opening of tenders

Date: 06/04/2020

Local time: 12:00

Place:

Renfrewshire House, Paisley.

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 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 15705. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:614810)

VI.4) Procedures for review

VI.4.1) Review body

Please see Section VI.4.3

Please see Section VI.4.3

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

02/03/2020

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.