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

Estates — Logistics and Removals

  • First published: 14 November 2018
  • Last modified: 14 November 2018

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:
HM Revenue and Customs (HMRC)
Authority ID:
AA20770
Publication date:
14 November 2018
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Services may include:

— clearance and disposal of furniture,

— movement of staff and associated equipment,

— movement of furniture to new premises,

— temporary storage.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

HMRC

5W Ralli Quays

Manchester

M60 9LA

UK

E-mail: bhavina.patel@hmrc.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/hm-revenue-customs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Direct and indirect taxes

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Estates — Logistics and Removals

Reference number: SR83681067

II.1.2) Main CPV code

98392000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Services include:

— clearance and disposal of furniture,

— movement of staff and associated equipment,

— movement of furniture to new premises,

— temporary storage.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 6 000 000.00  GBP

II.2) Description

Lot No: Lot No: Lot 1 - Northern Ireland

II.2.1) Title

Relocation Services

II.2.2) Additional CPV code(s)

98392000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Services may include:

— clearance and disposal of furniture,

— movement of staff and associated equipment,

— movement of furniture to new premises,

— temporary storage.

II.2.5) Award criteria

Quality criterion: Technical merit — Schedule a service requirements / Weighting: 40

Quality criterion: Technical merit Schedule H — I Security and business continuity / Weighting: 10

Quality criterion: Social, environmental and innovative characteristics / Weighting: 5

Quality criterion: Technical merit — Schedules B — G Management activity / Weighting: 5

Cost criterion: Cost effectiveness / 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

Lot No: No: 2 - Northern Britain

II.2.1) Title

Relocation Services

II.2.2) Additional CPV code(s)

98392000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Services may include:

— clearance and disposal of furniture,

— movement of staff and associated equipment,

— movement of furniture to new premises,

— temporary storage.

II.2.5) Award criteria

Quality criterion: Technical merit — Schedule A service requirements / Weighting: 40

Quality criterion: Technical merit Schedule H — I Security and business continuity / Weighting: 10

Quality criterion: Social, environmental and innovative characteristics / Weighting: 5

Quality criterion: Technical merit — Schedules B — G Management activity / Weighting: 5

Cost criterion: Cost effectiveness / 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

Lot No: Lot 3- Central England

II.2.1) Title

Relocation services

II.2.2) Additional CPV code(s)

98392000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Services may include:

— clearance and disposal of furniture,

— movement of staff and associated equipment,

— movement of furniture to new premises,

— temporary storage.

II.2.5) Award criteria

Quality criterion: Technical merit — Schedule A service requirements / Weighting: 40

Quality criterion: Technical merit Schedule H — I Security and business continuity / Weighting: 10

Quality criterion: Social, environmental and innovative characteristics / Weighting: 5

Quality criterion: Technical merit — Schedules B — G Management activity / Weighting: 5

Cost criterion: Schedule J cost effectiveness / 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

Lot No: Lot 4- Southern England

II.2.1) Title

Relocation Services

II.2.2) Additional CPV code(s)

98392000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Services may include:

— clearance and disposal of furniture,

— movement of staff and associated equipment,

— movement of furniture to new premises,

— temporary storage.

II.2.5) Award criteria

Quality criterion: Technical merit — Schedule A service requirements / Weighting: 40

Quality criterion: Technical merit Schedule H — I Security and business continuity / Weighting: 10

Quality criterion: Technical merit — Schedules B — G Management activity / Weighting: 5

Quality criterion: Social, environmental and innovative characteristics / Weighting: 5

Cost criterion: Schedule J cost effectiveness / 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

Open procedure

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:

2018/S 082-184630

Section V: Award of contract

Contract No: 2

Title: Northern Britain

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/10/2018

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 8

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: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

L&L Braines Ltd

Sunderland

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Northern Ireland

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/10/2018

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

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: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Delivery Services and Storage Ltd

Belfast

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Central England

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/10/2018

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

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: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Restore Harrow Green Ltd

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: Southern England

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/10/2018

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

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: No

V.2.3) Name and address of the contractor

Restore Harrow Green Ltd

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 900 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=356162404

GO Reference: GO-20181112-PRO-13538685

VI.4) Procedures for review

VI.4.1) Review body

HMRC

5 floor west, Ralli Quays

Manchester

WN6 9LA

UK

Telephone: +44 3000587870

VI.5) Date of dispatch of this notice

12/11/2018

Coding

Commodity categories

ID Title Parent category
98392000 Relocation 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:
bhavina.patel@hmrc.gsi.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.