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 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.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.1.6) Information about lots
This contract is divided into lots:
Yes
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 Ltd award any contracts under the framework the contract shall be between Renfrewshire Leisure Ltd 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.1.8) 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 046-109699
Section V: Award of contract
Lot No: 1
Contract No: RC-CPU-18-500
Title: Removal, Relocation and Warehouse Storage Services for Ad-hoc Requirements
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 2
Contract No: RC-CPU-18-500
Title: Removal, Relocation and Warehouse Storage Services for Homeless Services
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
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 subcontractors,
— QMS Certification/policy,
— EMS Certification/policy,
— Insurance certificates/broker letter.
(SC Ref:619071)
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
27/03/2020