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