London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | The Provision of Removal and Storage Services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Wandsworth Borough Council and the London Borough of Richmond Upon Thames are tendering a contract for removals and storage services. The successful tenderer is required to undertake routine removals of residents' possessions from one home to another, which may sometimes include an element of storage in circumstances where it is felt that the Councils have an obligation to provide the necessary assistance. Tenderers are referred to the draft Procurement Documents which sets out the Council's requirements in detail. |
Published: | 04/04/2018 17:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.wandsworth.gov.uk/
NUTS Code: UKI34
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Relocation-services./76RBYM5W34
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-London:-Relocation-services./76RBYM5W34 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Relocation-services./76RBYM5W34
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: The Provision of Removal and Storage Services
Reference Number: CPT/2079
II.1.2) Main CPV Code:
98392000 - Relocation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are tendering a contract for removals and storage services.
The successful tenderer is required to undertake routine removals of residents' possessions from one home to another, which may sometimes include an element of storage in circumstances where it is felt that the Councils have an obligation to provide the necessary assistance.
Tenderers are referred to the draft Procurement Documents which sets out the Council's requirements in detail.
II.1.5) Estimated total value:
Value excluding VAT: 455,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
70332300 - Industrial property services.
63121000 - Storage and retrieval services.
63121100 - Storage services.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are tendering a contract for removal and storage services.
The successful tenderer is required to undertake routine removals of residents' possessions from one home to another, which may sometimes include an element of storage in circumstances where it is felt that the Council has an obligation to provide the necessary assistance. Tenderers should note that, due to major regeneration of certain Council estates, the Councils anticipate that the estimated annual number of household ‘moves’ per annum is likely to be in the region of 200 with numbers of ‘moves’ often needing to be undertaken in tandem and hence Tenderers will need to satisfy the Councils that they have sufficient resources and capacity to meet this requirement. However, the Councils would be prepared to consider requests from Tenderers to allow sub-letting in certain circumstances to address short term resourcing issues.
The term of the proposed contract is 5 years (60) months with option at the absolute discretion of the Councils' to extend for a further period or periods of up to 2 years (24 months). The estimated value of the contract over the initial term of 5 years and potential extension period of 2 years is £455,000.
II.2.5) Award criteria:
Criteria below
Price - Weighting: 100
II.2.6) Estimated value:
Value excluding VAT: 455,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Please see the draft Procurement Documents for further information
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Please see the draft Procurement Documents for further information.
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:
Please see the draft Procurement Documents for further information.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Please see the draft Procurement Documents for further information.
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/05/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/06/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Relocation-services./76RBYM5W34
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/76RBYM5W34
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, The Strand, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Cabinet Office
70 Whitehall, London, SW1 2AS, United Kingdom
Internet address: https://www.gov.uk/government/organisations/cabinet-office
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Councils will incorporate a minimum 10 calendar day standstill period at the point information on the award ofthe contracts is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the Buyeras soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful.If an appeal regarding the award of the contract has not been successfully resolved, The Public ContractsRegulations 2015 (SI 2015 Nº 102) provide for aggrieved parties who have been harmed or are at risk of harmby breach of the rules to take legal action. Any such action must be brought within the applicable limitationperiod. Where a contract has not been entered into, the Court may order the setting aside of the award decisionor order the Buyer to amend any document and may award damages. If the contract has been entered into theCourt may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order therelevant Buyer to pay a fine, and / or order that the duration of the contract be shortened. The purpose of thestandstill period referred to above is to allow the parties to apply to the Courts to set aside the award decisionbefore the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 04/04/2018
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Richmond Upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.richmond.gov.uk/
NUTS Code: UKI75
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.wandsworth.gov.uk/
NUTS Code: UKI34
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: The Provision of Removal and Storage Services Reference number: CPT/2079
II.1.2) Main CPV code:
98392000 - Relocation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are tendering a contract for removals and storage services.
The successful tenderer is required to undertake routine removals of residents' possessions from one home to another, which may sometimes include an element of storage in circumstances where it is felt that the Councils have an obligation to provide the necessary assistance.
Tenderers are referred to the draft Procurement Documents which sets out the Council's requirements in detail.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/05/2018
VI.6) Original notice reference:
Notice Reference: 2018 - 220023
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 04/04/2018
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: IV.2.2
Instead of:
Date: 16/05/2018
Local Time: 12:00
Read:
Date: 18/05/2018
Local Time: 12:00
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=317588230
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
London Borough of Richmond Upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.richmond.gov.uk/
NUTS Code: UKI75