Homes for Haringey Ltd: Domestic Removals, Packing and Storage Services Contract

  Homes for Haringey Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Domestic Removals, Packing and Storage Services Contract
Notice type: Contract Notice
Authority: Homes for Haringey Ltd
Nature of contract: Services
Procedure: Open
Short Description: Overall the contract will cover the packaging, removal and storage for domestic households. This could be asfew as a single property to the decant of whole schemes. Storage will be for a stated period, which could be as short as 28 days or for as long as a year and governed byindividual orders and obligations. Access by individuals with property in storage may be necessary. Contractors should be prepared to transport and deliver personal possessions and domestic equipment from one dwelling to another and these maybe of many sorts (flat or house) and with multiple bedrooms. This could be a move to a single destination with residual chattels being placed elsewhere or in storage or a combination of delivery and storage as requested.
Published: 09/08/2017 18:10
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-London: Storage and retrieval services.
Section I: Contracting Authority
      I.1) Name and addresses
             Homes for Haringey Ltd
             48 Station Road, London, N22 7TY, United Kingdom
             Tel. +44 2084893640, Email: procurement@homesforharingey.org
             Contact: Kamilla Krajniak
             Main Address: http://www.homesforharingey.org/, Address of the buyer profile: http://homesforharingey.g2b.info/
             NUTS Code: UKI5
      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: https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=272438091
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=272438091 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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Domestic Removals, Packing and Storage Services Contract       
      Reference Number: Tender 69
      II.1.2) Main CPV Code:
      63121000 - Storage and retrieval services.
      IA26-4 - Removal

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Overall the contract will cover the packaging, removal and storage for domestic households. This could be asfew as a single property to the decant of whole schemes.
Storage will be for a stated period, which could be as short as 28 days or for as long as a year and governed byindividual orders and obligations. Access by individuals with property in storage may be necessary.
Contractors should be prepared to transport and deliver personal possessions and domestic equipment from one dwelling to another and these maybe of many sorts (flat or house) and with multiple bedrooms. This could be a move to a single destination with residual chattels being placed elsewhere or in storage or a combination of delivery and storage as requested.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,339,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Removals and Storage Services Lot 1       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      63121000 - Storage and retrieval services.
      
      II.2.3) Place of performance:
      UKI5 Outer London – East and North East
      
      II.2.4) Description of procurement: Lot 1 – packing, removal and storage of belongings, including items from communal areas and abandoned goods, for up to 28 days, with collection by the Customer or disposal at the end of this period. This is defined as discrete contract as after 28 days the CA does not have further responsibility for the goods or any payment for their storage.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Cost c / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 325,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract for each lot may be extended at the Authority's sole discretion 2 times for a period of 1 year.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Lot 1 and Lot 2 will be awarded to two different providers, on the basis on most economically advantageous proposal. If the same provider comes first in both lot 1 and lot 2, they will be awarded lot 2 as this will be the most economical to the CA. In this case the second ranked proposal for Lot 1 will be awarded Lot 1.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Removals and Storage Service Lot 2       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      63121000 - Storage and retrieval services.
      
      II.2.3) Place of performance:
      UKI5 Outer London – East and North East
      
      II.2.4) Description of procurement: Lot 2 – packing and removal of items to be placed into Service Provider’s storage (for as long as the belongings need to be protected, until they are collected by or returned to the Customer or disposed of on instruction from the Customer or CA), or to be moved to a new address. This may require disconnection and reconnection of domestic appliances and general assistance with the move
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Cost / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 990,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract for each lot may be extended at the Authority's sole discretion 2 times each for a period of 1 year.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Lot 1 and Lot 2 will be awarded to two different providers, on the basis on most economically advantageous proposal for each lot. If the same provider comes first in both lot 1 and lot 2, they will be awarded lot 2 as this will be the most economical to the CA. In this case the second ranked proposal for Lot 1 will be awarded Lot 1.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Removals service       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      63121000 - Storage and retrieval services.
      
      II.2.3) Place of performance:
      UKI5 Outer London – East and North East
      
      II.2.4) Description of procurement: Lot 3 - moving of items from the current storage location(s) to the new storage location. Since the current providers are in advantageous position for this lot, this is just for pricing information purposes, but will not bear influence on the award
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Cost / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 24,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract for each lot may be extended at the Authority's sole discretion 2 times each for a period of 1 year.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Lot 3 (removal only) will be awarded to on the basis of most economically advantageous tender, competed between all the providers who tendered for it, regardless of whether any of the providers are allocated lot 1 or 2.
Should Homes for Haringey Ltd not continue to exist within the period of duration of this contract then the contract will be novated to the London Borough of Haringey Council.       


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:          
      Not Provided       
      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          
      Not Provided          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2017/S 96 - 189066       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/09/2017 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 14/09/2017
         Time: 13:00
      

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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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:-Storage-and-retrieval-services./R862JH6E9U

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R862JH6E9U
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   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: 09/08/2017

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 Haringey
       Strategic Procuerement, Alexandra House, 10 Station Road, London, N22 7TR, United Kingdom
       Email: cputenders@haringey.gov.uk
       Main Address: http://www.haringey.gov.uk/
       NUTS Code: UKI5

View any Notice Addenda

View Award Notice

UK-London: Storage and retrieval services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Homes for Haringey Ltd
       48 Station Road, London, N22 7TY, United Kingdom
       Tel. +44 2084893640, Email: procurement@homesforharingey.org
       Contact: Kamilla Krajniak
       Main Address: http://www.homesforharingey.org/, Address of the buyer profile: http://homesforharingey.g2b.info/
       NUTS Code: UKI5

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Domestic Removals, Packing and Storage Services Contract            
      Reference number: Tender 69

      II.1.2) Main CPV code:
         63121000 - Storage and retrieval services.
            IA26-4 - Removal


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Overall the contract will cover the packaging, removal and storage for domestic households. This could be asfew as a single property to the decant of whole schemes.
Storage will be for a stated period, which could be as short as 28 days or for as long as a year and governed byindividual orders and obligations. Access by individuals with property in storage may be necessary.
Contractors should be prepared to transport and deliver personal possessions and domestic equipment from one dwelling to another and these maybe of many sorts (flat or house) and with multiple bedrooms. This could be a move to a single destination with residual chattels being placed elsewhere or in storage or a combination of delivery and storage as requested.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
         
            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Removals and Storage Services Lot 1   
      Lot No:1

      II.2.2) Additional CPV code(s):
            63121000 - Storage and retrieval services.


      II.2.3) Place of performance
      Nuts code:
      UKI5 - Outer London – East and North East
   
      Main site or place of performance:
      Outer London – East and North East
             

      II.2.4) Description of the procurement: Lot 1 – packing, removal and storage of belongings, including items from communal areas and abandoned goods, for up to 28 days, with collection by the Customer or disposal at the end of this period. This is defined as discrete contract as after 28 days the CA does not have further responsibility for the goods or any payment for their storage.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Cost c / Weighting: 60
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract for each lot may be extended at the Authority's sole discretion 2 times for a period of 1 year.

      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: Lot 1 and Lot 2 will be awarded to two different providers, on the basis on most economically advantageous proposal. If the same provider comes first in both lot 1 and lot 2, they will be awarded lot 2 as this will be the most economical to the CA. In this case the second ranked proposal for Lot 1 will be awarded Lot 1.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Removals and Storage Service Lot 2   
      Lot No:2

      II.2.2) Additional CPV code(s):
            63121000 - Storage and retrieval services.


      II.2.3) Place of performance
      Nuts code:
      UKI5 - Outer London – East and North East
   
      Main site or place of performance:
      Outer London – East and North East
             

      II.2.4) Description of the procurement: Lot 2 – packing and removal of items to be placed into Service Provider’s storage (for as long as the belongings need to be protected, until they are collected by or returned to the Customer or disposed of on instruction from the Customer or CA), or to be moved to a new address. This may require disconnection and reconnection of domestic appliances and general assistance with the move

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Cost / Weighting: 60
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract for each lot may be extended at the Authority's sole discretion 2 times each for a period of 1 year.

      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: Lot 1 and Lot 2 will be awarded to two different providers, on the basis on most economically advantageous proposal for each lot. If the same provider comes first in both lot 1 and lot 2, they will be awarded lot 2 as this will be the most economical to the CA. In this case the second ranked proposal for Lot 1 will be awarded Lot 1.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Removals service   
      Lot No:3

      II.2.2) Additional CPV code(s):
            63121000 - Storage and retrieval services.


      II.2.3) Place of performance
      Nuts code:
      UKI5 - Outer London – East and North East
   
      Main site or place of performance:
      Outer London – East and North East
             

      II.2.4) Description of the procurement: Lot 3 - moving of items from the current storage location(s) to the new storage location. Since the current providers are in advantageous position for this lot, this is just for pricing information purposes, but will not bear influence on the award

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Cost / Weighting: 60
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract for each lot may be extended at the Authority's sole discretion 2 times each for a period of 1 year.

      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: Lot 3 (removal only) will be awarded to on the basis of most economically advantageous tender, competed between all the providers who tendered for it, regardless of whether any of the providers are allocated lot 1 or 2.
Should Homes for Haringey Ltd not continue to exist within the period of duration of this contract then the contract will be novated to the London Borough of Haringey Council.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: The contract notice was cancelled due to publication issues/technical reasons.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=272504946

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/08/2017

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Haringey
       Strategic Procuerement, Alexandra House, 10 Station Road, London, N22 7TR, United Kingdom
       Email: cputenders@haringey.gov.uk
       Main Address: http://www.haringey.gov.uk/
       NUTS Code: UKI5