Notice Information
Notice Title
PROC 22 1518 - Provision of Removals, Relocations, Disposal and Storage Services (Framework Agreement)
Notice Description
The Authority has a Multi-Supplier Framework in place for the Provision of Removals, Relocations, Disposal and Storage Services which is due to expire on the 31st January 2023. The Authority is required to re-tender this opportunity. This will be the 2nd generation Framework Agreement. The Authority requires a Contractor(s) to deliver a variety of removal, relocation disposal and storage services for business and domestic properties, these services include the following points but not limited to: - - Packing service of belongings (as and when requested by the Authority); - - Dismantling and re-assembling items of furniture (as and when requested by the Authority); - - Removal of business and domestic items, furniture and belongings from properties; - - Storage of business and domestic items, furniture belongings from properties; - - Delivery of business and domestic items, furniture belongings from properties; - - Disposal of business and domestic items, furniture belongings from properties.
Lot Information
Lot 1: East Territory
Open Tender - FTS The Scottish Police Authority and Police Scotland shall be the procurement lead for this Framework and shall contract manage the Framework during its term. All queries relating to this tender must be submitted to the Scottish Police Authority only via the Q&A portal on Public Contract Scotland Tender.
Renewal: The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period.
Lot 2:North TerritoryOpen Tender - FTS The Scottish Police Authority and Police Scotland shall be the procurement lead for this Framework and shall contract manage the Framework during its term. All queries relating to this tender must be submitted to the Scottish Police Authority only via the Q&A portal on Public Contract Scotland Tender.
Renewal: The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period.
Lot 3:West TerritoryOpen Tender - FTS The Scottish Police Authority and Police Scotland shall be the procurement lead for this Framework and shall contract manage the Framework during its term. All queries relating to this tender must be submitted to the Scottish Police Authority only via the Q&A portal on Public Contract Scotland Tender.
Renewal: The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034298
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015346-2022
- 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
63 - Supporting and auxiliary transport services; travel agencies services
98 - Other community, social and personal services
-
- CPV Codes
63121100 - Storage services
98392000 - Relocation services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £1,704,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Jun 20223 years ago
- Submission Deadline
- 7 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Additional Buyers
HEALTHCARE IMPROVEMENT SCOTLAND
- Contact Name
- Not specified
- Contact Email
- alex.little1@nhs.scot, charlotte.reid@scotland.police.uk, comments.his@nhs.net, danielle.welsh@nhs.scot, procurement@firescotland.gov.uk, spsprocurementcdt@sps.pnn.gov.uk
- Contact Phone
- +44 01313140090, +44 1313140118, +44 1313303790, +44 1416464637, +44 1419515000
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
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-034298-2022-06-01T13:28:33+01:00",
"date": "2022-06-01T13:28:33+01:00",
"ocid": "ocds-h6vhtk-034298",
"description": "Economic Operators Applicable to OJEU/FTS Notices: 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. Please refer to the published Contract Notice document which can be found within the attachments areas of the PCS-T portal which details the requirements and additional detail relating to: SPD Question 4C.12 Quality Control Requirements SPD Question 4D.1 Quality Assurance/Health and Safety Requirements Assessment of Employment Status Living Wage Equality and Diversity Subcontractor Detail Data Protection The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21402. 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: Refer to Community Benefits clause ( clause 2.25 ) within the ITT (SC Ref:694502)",
"initiationType": "tender",
"tender": {
"id": "PROC 22 1518",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PROC 22 1518 - Provision of Removals, Relocations, Disposal and Storage Services (Framework Agreement)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "98392000",
"description": "Relocation services"
},
"mainProcurementCategory": "services",
"description": "The Authority has a Multi-Supplier Framework in place for the Provision of Removals, Relocations, Disposal and Storage Services which is due to expire on the 31st January 2023. The Authority is required to re-tender this opportunity. This will be the 2nd generation Framework Agreement. The Authority requires a Contractor(s) to deliver a variety of removal, relocation disposal and storage services for business and domestic properties, these services include the following points but not limited to: - - Packing service of belongings (as and when requested by the Authority); - - Dismantling and re-assembling items of furniture (as and when requested by the Authority); - - Removal of business and domestic items, furniture and belongings from properties; - - Storage of business and domestic items, furniture belongings from properties; - - Delivery of business and domestic items, furniture belongings from properties; - - Disposal of business and domestic items, furniture belongings from properties.",
"lots": [
{
"id": "1",
"title": "Lot 1: East Territory",
"description": "Open Tender - FTS The Scottish Police Authority and Police Scotland shall be the procurement lead for this Framework and shall contract manage the Framework during its term. All queries relating to this tender must be submitted to the Scottish Police Authority only via the Q&A portal on Public Contract Scotland Tender.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 1136000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Lot 2:North Territory",
"description": "Open Tender - FTS The Scottish Police Authority and Police Scotland shall be the procurement lead for this Framework and shall contract manage the Framework during its term. All queries relating to this tender must be submitted to the Scottish Police Authority only via the Q&A portal on Public Contract Scotland Tender.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 568000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Lot 3:West Territory",
"description": "Open Tender - FTS The Scottish Police Authority and Police Scotland shall be the procurement lead for this Framework and shall contract manage the Framework during its term. All queries relating to this tender must be submitted to the Scottish Police Authority only via the Q&A portal on Public Contract Scotland Tender.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 1136000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98392000",
"description": "Relocation services"
},
{
"scheme": "CPV",
"id": "63121100",
"description": "Storage services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98392000",
"description": "Relocation services"
},
{
"scheme": "CPV",
"id": "63121100",
"description": "Storage services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98392000",
"description": "Relocation services"
},
{
"scheme": "CPV",
"id": "63121100",
"description": "Storage services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question. If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Question 4B5 Insurances: It is a requirement of this Framework that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years and must be similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for: Removals, Relocations, Disposal and Storage Services Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years for goods and services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "During the period of the Framework Agreement, the Contractor(s) shall monitor and measure their performance against the Key Performance Indicators (KPIs) outlined within the ITT Documents",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-07-07T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-01-02T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2022-07-07T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-07-07T12:00:00+01:00",
"address": {
"streetAddress": "Electronically via Public Contract Scotland Tender"
},
"description": "By the applicable Procurement Specialist - Electronically via Public Contract Scotland Tender"
},
"hasRecurrence": true,
"recurrence": {
"description": "The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. The Framework shall be re-tendered at the end of the Framework period."
}
},
"parties": [
{
"id": "GB-FTS-2697",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Charlotte.Reid@scotland.police.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.spa.police.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-2672",
"name": "Scottish Fire and Rescue Service",
"identifier": {
"legalName": "Scottish Fire and Rescue Service"
},
"address": {
"streetAddress": "Headquarters, Westburn Drive",
"locality": "Cambuslang",
"region": "UKM95",
"postalCode": "G72 7NA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1416464637",
"email": "procurement@firescotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://firescotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543"
}
},
{
"id": "GB-FTS-4476",
"name": "Scottish Ambulance Service",
"identifier": {
"legalName": "Scottish Ambulance Service"
},
"address": {
"streetAddress": "National Headquarters, Gyle Square, South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 01313140090",
"email": "Alex.little1@nhs.scot"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.scottishambulance.com",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00393"
}
},
{
"id": "GB-FTS-175",
"name": "Scottish Prison Service",
"identifier": {
"legalName": "Scottish Prison Service"
},
"address": {
"streetAddress": "Calton House, 5 Redheughs Rigg",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 9HW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1313303790",
"email": "SPSProcurementCDT@sps.pnn.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.sps.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384"
}
},
{
"id": "GB-FTS-41643",
"name": "NHS 24",
"identifier": {
"legalName": "NHS 24"
},
"address": {
"streetAddress": "Golden Jubilee National Hosp, Agamenmon Street",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G81 4DY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1419515000",
"email": "danielle.welsh@nhs.scot"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhs24.com",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00230"
}
},
{
"id": "GB-FTS-41945",
"name": "Healthcare Improvement Scotland",
"identifier": {
"legalName": "Healthcare Improvement Scotland"
},
"address": {
"streetAddress": "National Headquarters Gyle Square, South Gyle Crescent,",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1313140118",
"email": "comments.his@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "http://healthcareimprovementscotland.org",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00363"
}
},
{
"id": "GB-FTS-220",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2697",
"name": "Scottish Police Authority"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000694502"
}
],
"language": "en"
}