Notice Information
Notice Title
Office Removals Services Framework
Notice Description
Bournemouth Christchurch and Poole Council has created a framework for removal companies to transport items as identified from one Council office to another. The Office Removal Services Framework consists of three companies capable of delivering removals services as outlined in this specification. The three suppliers appointed onto the framework are ranked 1 to 3. The first company on the list being the first point of contact for the Council when a removal comes up. If the first ranked supplier is not able to do the move, the next ranked supplier will be contacted and so on until a supplier confirms availability The start date of the framework contract is 1 October 2022. The framework contract will be for three years and three months. BCP Council ('the Council') has creating an Office Removal Services Framework to assist with Council office accommodation removals and site clearances. The removal companies are expected to be experienced and professional to transport items as identified from one Council property to another. Office Removal Services will be requested on an as and when basis. The Council does not guarantee any level of business for any company awarded onto the framework during the period of the contract.
Lot Information
Lot 1
Bournemouth Christchurch and Poole Council has created a framework for removal companies to transport items as identified from one Council office to another. The Office Removal Services Framework consists of three companies capable of delivering removals services as outlined in this specification. The ranking of the suppliers on the framework will be re-assessed prior to 1 January each year commencing 1 January 2024. This will then determine the ranking of the suppliers under the framework for the next year of the framework. The Council does not expect the first ranked supplier will be available for every move due to availability, there may be occasions when several office moves happen over the same time period. It is for this reason a framework of up to three suppliers has been decided on rather than just a single supplier.
Renewal: The length of the contract will be for three years and three months. Once the contract has ended, it is likely that a new contract will be procured.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03508d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029145-2022
- Current Stage
- Award
- All Stages
- Tender, Award
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
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
90 - Sewage, refuse, cleaning and environmental services
98 - Other community, social and personal services
-
- CPV Codes
60180000 - Hire of goods-transport vehicles with driver
63521000 - Freight transport agency services
90500000 - Refuse and waste related services
98340000 - Accommodation and office services
Notice Value(s)
- Tender Value
- £350,000 £100K-£500K
- Lots Value
- £350,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £350,000 £100K-£500K
Notice Dates
- Publication Date
- 17 Oct 20223 years ago
- Submission Deadline
- 12 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Oct 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated timing for further notices to be published: The length of the contract will be for three years and three months. Once the contract has ended, it is likely that a new contract will be procured.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL
- Contact Name
- Strategic Procurement Team
- Contact Email
- procurement@bcpcouncil.gov.uk
- Contact Phone
- +44 1202128989
Buyer Location
- Locality
- BOURNEMOUTH
- Postcode
- BH2 6DY
- Post Town
- Bournemouth
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK6 North Somerset, Somerset and Dorset
- Small Region (ITL 3)
- TLK63 Bournemouth, Christchurch and Poole
- Delivery Location
- TLK24 Bournemouth, Christchurch and Poole
-
- Local Authority
- Bournemouth, Christchurch and Poole
- Electoral Ward
- Bournemouth Central
- Westminster Constituency
- Bournemouth West
Further Information
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-03508d-2022-10-17T12:09:13+01:00",
"date": "2022-10-17T12:09:13+01:00",
"ocid": "ocds-h6vhtk-03508d",
"description": "Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity and the scheme as a whole. The Council is carrying out this procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (as amended). In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 86) and observe a minimum 10 day standstill period (in accordance with Regulation 87) before the contract is entered into. The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The services will predominantly be performed within the boundaries of BCP Council for the Council.",
"initiationType": "tender",
"tender": {
"id": "DN614948",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Office Removals Services Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "60180000",
"description": "Hire of goods-transport vehicles with driver"
},
"mainProcurementCategory": "services",
"description": "Bournemouth Christchurch and Poole Council has created a framework for removal companies to transport items as identified from one Council office to another. The Office Removal Services Framework consists of three companies capable of delivering removals services as outlined in this specification. The three suppliers appointed onto the framework are ranked 1 to 3. The first company on the list being the first point of contact for the Council when a removal comes up. If the first ranked supplier is not able to do the move, the next ranked supplier will be contacted and so on until a supplier confirms availability The start date of the framework contract is 1 October 2022. The framework contract will be for three years and three months. BCP Council ('the Council') has creating an Office Removal Services Framework to assist with Council office accommodation removals and site clearances. The removal companies are expected to be experienced and professional to transport items as identified from one Council property to another. Office Removal Services will be requested on an as and when basis. The Council does not guarantee any level of business for any company awarded onto the framework during the period of the contract.",
"value": {
"amount": 350000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Bournemouth Christchurch and Poole Council has created a framework for removal companies to transport items as identified from one Council office to another. The Office Removal Services Framework consists of three companies capable of delivering removals services as outlined in this specification. The ranking of the suppliers on the framework will be re-assessed prior to 1 January each year commencing 1 January 2024. This will then determine the ranking of the suppliers under the framework for the next year of the framework. The Council does not expect the first ranked supplier will be available for every move due to availability, there may be occasions when several office moves happen over the same time period. It is for this reason a framework of up to three suppliers has been decided on rather than just a single supplier.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 350000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1170
},
"hasRenewal": true,
"renewal": {
"description": "The length of the contract will be for three years and three months. Once the contract has ended, it is likely that a new contract will be procured."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60180000",
"description": "Hire of goods-transport vehicles with driver"
},
{
"scheme": "CPV",
"id": "63521000",
"description": "Freight transport agency services"
},
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "98340000",
"description": "Accommodation and office services"
}
],
"deliveryAddresses": [
{
"region": "UKK24"
},
{
"region": "UKK24"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "N/A"
}
},
"tenderPeriod": {
"endDate": "2022-08-12T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-08-12T14:00:00+01:00"
},
"bidOpening": {
"date": "2022-08-12T14:00:00+01:00",
"description": "All bids are electronically sealed and opened by the Council's Democratic Services team after the Bid deadline"
},
"hasRecurrence": true,
"reviewDetails": "In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).",
"recurrence": {
"description": "Estimated timing for further notices to be published: The length of the contract will be for three years and three months. Once the contract has ended, it is likely that a new contract will be procured."
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-58482",
"name": "Bournemouth Christchurch and Poole Council",
"identifier": {
"legalName": "Bournemouth Christchurch and Poole Council"
},
"address": {
"streetAddress": "BCP Civic Centre, Bourne Avenue",
"locality": "Bournemouth",
"region": "UKK24",
"postalCode": "BH2 6DY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Strategic Procurement Team",
"telephone": "+44 1202128989",
"email": "procurement@bcpcouncil.gov.uk",
"url": "https://www.supplyingthesouthwest.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.bcpcouncil.gov.uk",
"buyerProfile": "https://www.supplyingthesouthwest.org.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-66092",
"name": "Pickfords Move Management Limited",
"identifier": {
"legalName": "Pickfords Move Management Limited"
},
"address": {
"streetAddress": "Pickfords Park, 10 Laxcon Close",
"locality": "London",
"region": "UKI",
"postalCode": "NW10 0TG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-66093",
"name": "Commercial Transfer Limited",
"identifier": {
"legalName": "Commercial Transfer Limited"
},
"address": {
"streetAddress": "Unit 3, Bonville Trading Estate, Bonville Road",
"locality": "Bristol",
"region": "UKK2",
"postalCode": "BS4 5QU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-66094",
"name": "Johnsons 1871 Ltd T/a Johnsons Business Moves",
"identifier": {
"legalName": "Johnsons 1871 Ltd T/a Johnsons Business Moves"
},
"address": {
"streetAddress": "7 Brunel Court, Rudheath Way, Gadbrook Park,",
"locality": "Northwich",
"region": "UKD6",
"postalCode": "CW9 7LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-3286",
"name": "High Courts of Justice",
"identifier": {
"legalName": "High Courts of Justice"
},
"address": {
"streetAddress": "The Royal Court of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-58482",
"name": "Bournemouth Christchurch and Poole Council"
},
"language": "en",
"awards": [
{
"id": "029145-2022-DN614948-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-66092",
"name": "Pickfords Move Management Limited"
}
]
},
{
"id": "029145-2022-DN614948-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-66093",
"name": "Commercial Transfer Limited"
}
]
},
{
"id": "029145-2022-DN614948-3",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-66094",
"name": "Johnsons 1871 Ltd T/a Johnsons Business Moves"
}
]
}
],
"contracts": [
{
"id": "029145-2022-DN614948-1",
"awardID": "029145-2022-DN614948-1",
"status": "active",
"value": {
"amount": 350000,
"currency": "GBP"
},
"dateSigned": "2022-10-04T00:00:00+01:00"
},
{
"id": "029145-2022-DN614948-2",
"awardID": "029145-2022-DN614948-2",
"status": "active",
"value": {
"amount": 350000,
"currency": "GBP"
},
"dateSigned": "2022-10-04T00:00:00+01:00"
},
{
"id": "029145-2022-DN614948-3",
"awardID": "029145-2022-DN614948-3",
"status": "active",
"value": {
"amount": 350000,
"currency": "GBP"
},
"dateSigned": "2022-10-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "11",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
}
]
}
}