Award

Office Removals Services Framework

BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL

This public procurement record has 2 releases in its history.

Award

17 Oct 2022 at 11:09

Tender

11 Jul 2022 at 13:00

Summary of the contracting process

Bournemouth Christchurch and Poole Council has finalised the "Office Removals Services Framework" procurement process. The Council created this framework to facilitate removal companies in transporting items between council offices. The framework includes three ranked suppliers, with the contract starting on 1st October 2022 for three years and three months. The Council expects experienced removal companies to deliver services on demand, and the ranked suppliers will be reassessed annually starting from 2024.

This tender provides business growth opportunities for removal companies interested in serving Bournemouth, Christchurch, and Poole Council. Suitable businesses must be prepared for as-needed office removal services over the three-year framework contract. The procurement method employed was an open procedure, allowing fair competition among potential suppliers. Interested businesses should explore the available framework agreement opportunities on the Council's website for potential business expansion.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
3
Supplier Names

COMMERCIAL TRANSFER

JOHNSONS 1871 LTD T/A JOHNSONS BUSINESS MOVES

PICKFORDS MOVE MANAGEMENT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}