Notice Information
Notice Title
SLC/PS/HTR/18/060 Framework for Domestic and Commercial Contents Removals, Storage and Disposal
Notice Description
The Council requires to establish a framework agreement to provide furniture and personal belongings removal, storage, redelivery and disposal for domestic and commercial buildings within the Council Estates portfolio.
Lot Information
Domestic Premises Contents Removals, Storage and Disposal
The Council requires to establish a framework agreement to provide domestic furniture and personal belongings removal, storage services and disposal services for domestic properties which are in the Councils estate portfolio. In some circumstances the Council has a legal duty to provide services to remove and store furniture and personal belongings for clients. The nature of the work will vary depending on the nature of the request to remove and store items but will cover situations such as homelessness, decants for improvement works and other ad hoc situations such as abandonments and other routine tenancy changes and /or management requirements. The Council must comply with statutory requirements and timescales regarding the removal and storage of goods and the Contractor must be able to provide a service which can meet these timescales and provide secure, wind and watertight storage facilities within practical visiting distance to allow clients to access their property on request. The Council intends to appoint 3 Applicants to Lot 1.. The Council intends to appoint 3 Applicants to Lot 1. Bidders are invited to bid for one or both Lots as they see fit.
Renewal: SLC option to extend by a further 12 months subject to satisfactory performance, financial standing and availability of funding
Commercial Premises Contents Removals, Storage and DisposalThe Council requires to establish a framework agreement to provide furniture removal, storage and disposal for commercial buildings within the Council Estates portfolio. As part of managing the Commercial Estate of the Council, there is a need for removal services for internal office moves and for new build and decant/existing schools. The Council intends to appoint 3 Applicants to Lot 2.. The Council intends to appoint 3 Applicants to Lot 2. Bidders are invited to bid for one or both Lots as they see fit.
Renewal: SLC option to extend by a further 12 months subject to satisfactory performance, financial standing and availability of funding
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000567891
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368693
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
-
- CPV Codes
60100000 - Road transport services
60180000 - Hire of goods-transport vehicles with driver
60181000 - Hire of trucks with driver
60183000 - Hire of vans with driver
63120000 - Storage and warehousing services
63121000 - Storage and retrieval services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Oct 20196 years ago
- Submission Deadline
- 3 May 2019Expired
- Future Notice Date
- 18 Feb 2019Expired
- Award Date
- 8 Oct 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Irene Peacock
- Contact Email
- audrey.faulds@southlanarkshire.gov.uk, irene.peacock@southlanarkshire.gov.uk, peter.cannon@southlanarkshire.gov.uk
- Contact Phone
- +44 1698453892, +44 1698454793
Buyer Location
- Locality
- HAMILTON
- Postcode
- ML3 0AA
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM95 South Lanarkshire
- Delivery Location
- TLM95 South Lanarkshire
-
- Local Authority
- South Lanarkshire
- Electoral Ward
- Hamilton North and East
- Westminster Constituency
- Hamilton and Clyde Valley
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN341768&idx=1
10th April 2019 - Notice of ITT publication in PCS-T -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341768
SLC/PS/HTR/18/060 Provision of Framework for Contents Removals, Storage and Disposal - Provision of Framework for Commercial and Domestic premises contents removals, storage and disposal -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR350721
SLC/PS/HTR/18/060 Framework for Domestic and Commercial Contents Removals, Storage and Disposal - The Council requires to establish a framework agreement to provide furniture and personal belongings removal, storage, redelivery and disposal for domestic and commercial buildings within the Council Estates portfolio. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368693
SLC/PS/HTR/18/060 Framework for Domestic and Commercial Contents Removals, Storage and Disposal - The Council requires to establish a framework agreement to provide furniture and personal belongings removal, storage, redelivery and disposal for domestic and commercial buildings within the Council Estates portfolio.
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-r6ebe6-0000567891-2019-10-08T00:00:00Z",
"date": "2019-10-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000567891",
"initiationType": "tender",
"parties": [
{
"id": "org-12",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"name": "Irene Peacock",
"email": "irene.peacock@southlanarkshire.gov.uk",
"telephone": "+44 1698454793",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.southlanarkshire.gov.uk"
}
},
{
"id": "org-34",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"email": "Audrey.faulds@southlanarkshire.gov.uk",
"telephone": "+44 1698453892",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.southlanarkshire.gov.uk"
}
},
{
"id": "org-96",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"email": "peter.cannon@southlanarkshire.gov.uk",
"telephone": "+44 1698454793",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.southlanarkshire.gov.uk"
}
},
{
"id": "org-293",
"name": "AMC Removals UK",
"identifier": {
"legalName": "AMC Removals UK"
},
"address": {
"streetAddress": "Unit 2 - Glenfield Industrial Estate, Perth Road",
"locality": "Cowdenbeath",
"region": "UKM95",
"postalCode": "KY4 9HT"
},
"contactPoint": {
"telephone": "+44 1383514239"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-294",
"name": "Richard Healey Removals Ltd",
"identifier": {
"legalName": "Richard Healey Removals Ltd"
},
"address": {
"streetAddress": "1 Willowyard Road",
"locality": "Beith",
"region": "UKM93",
"postalCode": "KA15 1JG"
},
"contactPoint": {
"telephone": "+44 1505502220"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-295",
"name": "Business Moves Group",
"identifier": {
"legalName": "Business Moves Group"
},
"address": {
"streetAddress": "Unit 8 Nurseries Road, Baillieston Distribution Centre",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G69 6UL"
},
"contactPoint": {
"telephone": "+44 1417734829"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-296",
"name": "Harrow Green",
"identifier": {
"legalName": "Harrow Green"
},
"address": {
"streetAddress": "Unit 3 & 4, Kinning Park Way, 47 McLellan Street",
"locality": "Glasgow",
"region": "UKM95",
"postalCode": "G41 1RR"
},
"contactPoint": {
"telephone": "+44 1414197070"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "South Lanarkshire Council",
"id": "org-96"
},
"planning": {
"documents": [
{
"id": "JAN341768",
"documentType": "plannedProcurementNotice",
"title": "SLC/PS/HTR/18/060 Provision of Framework for Contents Removals, Storage and Disposal",
"description": "Provision of Framework for Commercial and Domestic premises contents removals, storage and disposal",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341768",
"format": "text/html"
}
]
},
"tender": {
"id": "SLC/PS/HTR/18/060",
"title": "SLC/PS/HTR/18/060 Framework for Domestic and Commercial Contents Removals, Storage and Disposal",
"description": "The Council requires to establish a framework agreement to provide furniture and personal belongings removal, storage, redelivery and disposal for domestic and commercial buildings within the Council Estates portfolio.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "63120000",
"scheme": "CPV"
},
{
"id": "63121000",
"scheme": "CPV"
},
{
"id": "60100000",
"scheme": "CPV"
},
{
"id": "60180000",
"scheme": "CPV"
},
{
"id": "60181000",
"scheme": "CPV"
},
{
"id": "60183000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "South Lanarkshire"
}
},
{
"id": "2",
"additionalClassifications": [
{
"id": "63120000",
"scheme": "CPV"
},
{
"id": "63121000",
"scheme": "CPV"
},
{
"id": "60100000",
"scheme": "CPV"
},
{
"id": "60180000",
"scheme": "CPV"
},
{
"id": "60181000",
"scheme": "CPV"
},
{
"id": "60183000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "2",
"deliveryLocation": {
"description": "South Lanarkshire"
}
}
],
"value": {
"amount": 750000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "JAN341768-1",
"title": "Notice of ITT publication in PCS-T",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN341768&idx=1",
"datePublished": "2019-04-10T14:33:10Z",
"dateModified": "2019-04-10T14:33:10Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "APR350721",
"documentType": "contractNotice",
"title": "SLC/PS/HTR/18/060 Framework for Domestic and Commercial Contents Removals, Storage and Disposal",
"description": "The Council requires to establish a framework agreement to provide furniture and personal belongings removal, storage, redelivery and disposal for domestic and commercial buildings within the Council Estates portfolio.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR350721",
"format": "text/html"
},
{
"id": "OCT368693",
"documentType": "awardNotice",
"title": "SLC/PS/HTR/18/060 Framework for Domestic and Commercial Contents Removals, Storage and Disposal",
"description": "The Council requires to establish a framework agreement to provide furniture and personal belongings removal, storage, redelivery and disposal for domestic and commercial buildings within the Council Estates portfolio.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368693",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Domestic Premises Contents Removals, Storage and Disposal",
"description": "The Council requires to establish a framework agreement to provide domestic furniture and personal belongings removal, storage services and disposal services for domestic properties which are in the Councils estate portfolio. In some circumstances the Council has a legal duty to provide services to remove and store furniture and personal belongings for clients. The nature of the work will vary depending on the nature of the request to remove and store items but will cover situations such as homelessness, decants for improvement works and other ad hoc situations such as abandonments and other routine tenancy changes and /or management requirements. The Council must comply with statutory requirements and timescales regarding the removal and storage of goods and the Contractor must be able to provide a service which can meet these timescales and provide secure, wind and watertight storage facilities within practical visiting distance to allow clients to access their property on request. The Council intends to appoint 3 Applicants to Lot 1.. The Council intends to appoint 3 Applicants to Lot 1. Bidders are invited to bid for one or both Lots as they see fit.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "SLC option to extend by a further 12 months subject to satisfactory performance, financial standing and availability of funding"
}
},
{
"id": "2",
"title": "Commercial Premises Contents Removals, Storage and Disposal",
"description": "The Council requires to establish a framework agreement to provide furniture removal, storage and disposal for commercial buildings within the Council Estates portfolio. As part of managing the Commercial Estate of the Council, there is a need for removal services for internal office moves and for new build and decant/existing schools. The Council intends to appoint 3 Applicants to Lot 2.. The Council intends to appoint 3 Applicants to Lot 2. Bidders are invited to bid for one or both Lots as they see fit.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "SLC option to extend by a further 12 months subject to satisfactory performance, financial standing and availability of funding"
}
}
],
"communication": {
"futureNoticeDate": "2019-02-18T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "63120000",
"scheme": "CPV"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2019-05-03T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-05-03T12:00:00Z"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 2,
"maximumLotsAwardedPerSupplier": 2
},
"bidOpening": {
"date": "2019-05-03T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "ESPD Question 4C.6 Technical and Professional Ability (Qualifications) It is a mandatory requirement of this tender that the bidder, and any subcontractor used by them to deliver the required services as part of the contract, must hold a Goods Vehicle Operator's Licence."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder 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."
},
{
"type": "economic",
"description": "ESPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. ESPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Goods in Storage Insurance covering both business and third party goods against risks associated with storage when they are being stored away from business or third party premises and for loss of or damage to goods to the level of 1000000 GBP in respect of each claim, without limit to the number of claims. Goods in Transit insurance covering possessions whilst they are in transit to and from the storage location and covering the estimated replacement value of the contents of a fully loaded vehicle to the level of 35000 GBP in respect of each claim, without limit to the number of claims."
},
{
"type": "technical",
"description": "ESPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon ESPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the ESPD for each Subcontractor on whose capacity the bidder does not rely on ESPD 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 bidder in the last 3 years. It is a requirement of this tender that bidders can demonstrate in their response to question 4C.1.2 that they have held contracts of a similar nature, size and value in the last 3 years. Examples of services carried out in multi-site, multi service environments should be provided. A maximum of 3 examples are to be provided. ESPD Question 4C.6 Technical and Professional Ability (Qualifications) It is a mandatory requirement of this tender that the bidder, and any subcontractor used by them to deliver the required services as part of the contract, must hold a Goods Vehicle Operator's Licence. ESPD Question 4C.7 Technical and Professional Ability (Environmental Management Measures) As part of the Council's sustainability Policy, the Contractor will be required to demonstrate that all vehicles used for this contract are fuel efficient, that they undertake effective vehicle maintenance to ensure vehicles are operating in an efficient manner and that all appropriate measures are taken to reduce and minimise the environmental impact of journeys made as part of this contract. When issued with a 'Request for Disposal and Recycling' by the Council, the contractors will be required to break down all furniture being disposed of into component elements and maximise recycling of these component parts as appropriate to minimise disposals to landfill and therefore the resulting landfill charges to the Council. This will be monitored closely throughout the contract. The Contractor will be responsible for the re-use, recycling and minimal disposal of all packaging materials used during the contract. Where possible and appropriate the Council expects the Contractor to make available for re-use or upcycling, any furniture labelled for disposal which is of good and usable condition. Where disposal of white goods or electrical equipment is required, the Contractor will comply with The Waste Electrical and Electronic Equipment Directive (WEEE Directive) and all other legislation in respect of these disposals. ESPD Question 4C.9 Technical and Professional Ability (Equipment) Bidders are required to provide details of the relevant tools, plant, or technical equipment available to them in relation to this procurement exercise. ESPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ESPD Question 4D.1 Quality Assurance Schemes It is a requirement of this tender that the bidder can meet the requirements stated in Attachment 10 ESPD Question 4D.1 Quality Assurance Schemes, included in the ITT within PCS-T for this project. ESPD Question 4D.2 Environmental Management Standards It is a requirement of this tender that the bidder can meet the requirements stated in Attachment 11 ESPD Question 4D.2 Environmental Management Standards, included in the ITT within PCS-T for this project."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"hasRecurrence": false
},
"language": "EN",
"description": "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. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime - Information Sharing Protocol form for evaluation prior to any award being made. Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate ESPD Question 3D.3 Human Rights Act Declaration ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4C.6 Goods Vehicle Operator's Licence Declaration ESPD Question 4B.5.1 Insurance Certificates Declaration Section Form of Tender* Declaration Section Health and Safety Questionnaire *The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the ESPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:600389)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000567891"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000567891"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000567891"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 070-165605"
}
],
"awards": [
{
"id": "SLC/PS/HTR/18/060-1",
"title": "Domestic Premises Contents Removals, Storage and Disposal",
"suppliers": [
{
"id": "org-293",
"name": "AMC Removals UK"
},
{
"id": "org-294",
"name": "Richard Healey Removals Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "SLC/PS/HTR/18/060-2",
"title": "Commercial Premises Contents Removals, Storage and Disposal",
"suppliers": [
{
"id": "org-295",
"name": "Business Moves Group"
},
{
"id": "org-296",
"name": "Harrow Green"
},
{
"id": "org-294",
"name": "Richard Healey Removals Ltd"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "SLC/PS/HTR/18/060-1",
"awardID": "SLC/PS/HTR/18/060-1",
"title": "Domestic Premises Contents Removals, Storage and Disposal",
"status": "active",
"dateSigned": "2019-10-08T00:00:00Z"
},
{
"id": "SLC/PS/HTR/18/060-2",
"awardID": "SLC/PS/HTR/18/060-2",
"title": "Commercial Premises Contents Removals, Storage and Disposal",
"status": "active",
"dateSigned": "2019-10-08T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "278",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "279",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "280",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "281",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "282",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "283",
"measure": "lowestValidBidValue",
"value": 321323.3,
"relatedLot": "1"
},
{
"id": "284",
"measure": "highestValidBidValue",
"value": 348512.98,
"relatedLot": "1"
},
{
"id": "285",
"measure": "bids",
"value": 6,
"relatedLot": "2"
},
{
"id": "286",
"measure": "smeBids",
"value": 5,
"relatedLot": "2"
},
{
"id": "287",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "288",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "289",
"measure": "electronicBids",
"value": 6,
"relatedLot": "2"
},
{
"id": "290",
"measure": "lowestValidBidValue",
"value": 190340,
"relatedLot": "2"
},
{
"id": "291",
"measure": "highestValidBidValue",
"value": 359679.16,
"relatedLot": "2"
}
]
}
}