Notice Information
Notice Title
Provision of Storage & Removal Services
Notice Description
This Contract is primarily to provide a removal and storage service for Fife Council. This will include office/building moves, moving furniture and equipment from either one area of the same building to another or to a completely different location within Fife. There may be a need for storage depending on the circumstances prevailing at the time. Removal and storage services for the Housing Service when housing or moving clients and homeless customers, and many of the requirements of the Contract are sensitive and/or urgent, the successful supplier must take this into consideration and maintain confidentiality at all times, including after the contract end period. The Contract will also provide for planned and emergency removal and delivery of items within, and from one location to another within the boundary of Fife and storage at the Contractor's facility if required. Tenderers will be advised that they must be able to respond to emergency moves within 2 hours of notification.
Lot Information
Lot 1
We are looking for a provider who is able to cover the following requirements but are not limited to: Internal asset moves and removals across all Council Services. The storage requirement for our homeless clients - this framework offers a signposting service only, these clients are able to make their own arrangements as they choose. Older people and mental health patients - to relocate/store their belongings when our patients are moved into residential/supported care establishments Office Rationalisation Programme (ORP) - An ongoing programme of work to make the best use of the Council's office estate, started in 2018 and is likely to continue well into 2023 as there is still some work required in the Dunfermline area.
Renewal: The Framework period will be from 01st September 2022 to 31st August 2024 with the option of an extension to the Framework period of up to 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-033fbd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014615-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
98 - Other community, social and personal services
-
- CPV Codes
98392000 - Relocation services
Notice Value(s)
- Tender Value
- £332,649 £100K-£500K
- Lots Value
- £332,649 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 May 20223 years ago
- Submission Deadline
- 27 Jun 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2026
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FIFE COUNCIL
- Contact Name
- Yahia Reggab
- Contact Email
- yahia.reggab@fife.gov.uk
- Contact Phone
- +44 3451550000
Buyer Location
- Locality
- GLENROTHES
- Postcode
- KY7 5LT
- Post Town
- Kirkcaldy
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- TLM72 Clackmannanshire and Fife
-
- Local Authority
- Fife
- Electoral Ward
- Glenrothes Central and Thornton
- Westminster Constituency
- Glenrothes and Mid Fife
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-033fbd-2022-05-25T11:46:32+01:00",
"date": "2022-05-25T11:46:32+01:00",
"ocid": "ocds-h6vhtk-033fbd",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21433. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Tenderers should detail how they can establish community benefits through servicing this Contract for Fife Council. (SC Ref:694243)",
"initiationType": "tender",
"tender": {
"id": "CFM0063",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Storage & Removal Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "98392000",
"description": "Relocation services"
},
"mainProcurementCategory": "services",
"description": "This Contract is primarily to provide a removal and storage service for Fife Council. This will include office/building moves, moving furniture and equipment from either one area of the same building to another or to a completely different location within Fife. There may be a need for storage depending on the circumstances prevailing at the time. Removal and storage services for the Housing Service when housing or moving clients and homeless customers, and many of the requirements of the Contract are sensitive and/or urgent, the successful supplier must take this into consideration and maintain confidentiality at all times, including after the contract end period. The Contract will also provide for planned and emergency removal and delivery of items within, and from one location to another within the boundary of Fife and storage at the Contractor's facility if required. Tenderers will be advised that they must be able to respond to emergency moves within 2 hours of notification.",
"value": {
"amount": 332649.6,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "We are looking for a provider who is able to cover the following requirements but are not limited to: Internal asset moves and removals across all Council Services. The storage requirement for our homeless clients - this framework offers a signposting service only, these clients are able to make their own arrangements as they choose. Older people and mental health patients - to relocate/store their belongings when our patients are moved into residential/supported care establishments Office Rationalisation Programme (ORP) - An ongoing programme of work to make the best use of the Council's office estate, started in 2018 and is likely to continue well into 2023 as there is still some work required in the Dunfermline area.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 332649.6,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Framework period will be from 01st September 2022 to 31st August 2024 with the option of an extension to the Framework period of up to 24 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98392000",
"description": "Relocation services"
}
],
"deliveryAddresses": [
{
"region": "UKM72"
}
],
"deliveryLocation": {
"description": "Fife"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If the resultant ratio is 1 or greater then no further analysis by Finance is required, however, verification of the figures provided may be necessary prior to award. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don't meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer. If a company does not have 2 years of audited published accounts an explanation should be given. Tenderers are required to provide their annual turnover for their last two financial set of accounts. 4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows: Employer's Liability - GBP 10 million Public Liability (including Product Liability where appropriate) - GBP 5 million Professional Negligence - GBP 250,000.00 The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to 2 years after the end of the Framework period (including any extension(s)). Vehicle Insurance - evidence that all your vehicles used in this framework are insured",
"minimum": "4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If the resultant ratio is 1 or greater then no further analysis by Finance is required, however, verification of the figures provided may be necessary prior to award. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don't meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer. If a company does not have 2 years of audited published accounts an explanation should be given. Tenderers are required to provide their annual turnover for their last two financial set of accounts. 4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows: Employer's Liability - GBP 10 million Public Liability (including Product Liability where appropriate) - GBP 5 million Professional Negligence - GBP 250,000.00 The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to 2 years after the end of the Framework period (including any extension(s)). Vehicle Insurance - evidence that all your vehicles used in this framework are insured",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderers must hold or commit to obtaining CPC (Certificate of Professional Competencies) in addition to holding the Operator's Licence necessary); Tenderers must use a Gas Safe engineer is required for the disconnection and reconnection of any gas cooker. Tenderers must hold HASAWA(Health & Safety Accreditation; Tenderers must have a minimum of 3 years of experience in delivering the same service or they have to provide relevant a minimum of 2 examples of service carried out in the past 3 years",
"minimum": "Tenderers must hold or commit to obtaining CPC (Certificate of Professional Competencies) in addition to holding the Operator's Licence necessary); Tenderers must use a Gas Safe engineer is required for the disconnection and reconnection of any gas cooker. Tenderers must hold HASAWA(Health & Safety Accreditation; Tenderers must have a minimum of 3 years of experience in delivering the same service or they have to provide relevant a minimum of 2 examples of service carried out in the past 3 years",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The Key Performance Indicator targets shall be agreed upon between the Provider and Fife Council at the commencement of the Contract; however, it is considered that they will be based around the following Key Performance Indicators: Response Time: Emergency response within 2 hours as detailed in the requirement. Management Information: Management information is required as outlined in the framework document. Issue Resolution: Professional and efficient handling of any complaints Lead Time/Delivery Time: Consistently provides the information required in the agreed format and within the agreed timeline. Ownership/Involvement: Does the suppliers' management structure interface effectively with the customers' organisational structure? i.e., does the supplier demonstrate involvement/ownership at the appropriate level e.g., Account Manager when many touchpoints within the supplier, MD for supplier for key strategic suppliers owning relationship?",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
},
"hasElectronicAuction": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-06-27T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-06-27T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-06-27T12:00:00+01:00",
"address": {
"streetAddress": "Fife"
},
"description": "Yahia Reggab"
},
"hasRecurrence": true,
"reviewDetails": "Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session",
"recurrence": {
"description": "March 2026"
}
},
"parties": [
{
"id": "GB-FTS-2273",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Fife House, North Street",
"locality": "Glenrothes",
"region": "UKM72",
"postalCode": "KY7 5LT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Yahia Reggab",
"telephone": "+44 3451550000",
"email": "yahia.reggab@fife.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.fife.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-8862",
"name": "Kirkcaldy Sheriff Court and Justice of Peace Court",
"identifier": {
"legalName": "Kirkcaldy Sheriff Court and Justice of Peace Court"
},
"address": {
"streetAddress": "Courthouse/Whytescauseway",
"locality": "Kirkcaldy",
"postalCode": "KY1 1XQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2273",
"name": "Fife Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000694243"
}
],
"language": "en"
}