Removal and Storage Contract London
Domestic Removals, Packing and Storage Services Contract.
United Kingdom-London: Storage and retrieval services
2017/S 153-317277
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
48 Station Road
London
N22 7TY
United Kingdom
Contact person: Kamilla Krajniak
Telephone: +44 2084893640
E-mail: procurement@homesforharingey.org
NUTS code: UKI5
Address of the buyer profile: http://homesforharingey.g2b.info/
I.1)Name and addresses
Strategic Procuerement, Alexandra House, 10 Station Road
London
N22 7TR
United Kingdom
E-mail: cputenders@haringey.gov.uk
NUTS code: UKI5Internet address(es):Main address: http://www.haringey.gov.uk/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Domestic Removals, Packing and Storage Services Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Overall the contract will cover the packaging, removal and storage for domestic households. This could be as few as a single property to the decant of whole schemes.
Storage will be for a stated period, which could be as short as 28 days or for as long as a year and governed by individual orders and obligations. Access by individuals with property in storage may be necessary.
Contractors should be prepared to transport and deliver personal possessions and domestic equipment from one dwelling to another and these maybe of many sorts (flat or house) and with multiple bedrooms. This could be a move to a single destination with residual chattels being placed elsewhere or in storage or a combination of delivery and storage as requested.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Removals and Storage Services Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Outer London — East and North East.
II.2.4)Description of the procurement:
Lot 1 — packing, removal and storage of belongings, including items from communal areas and abandoned goods, for up to 28 days, with collection by the Customer or disposal at the end of this period. This is defined as discrete contract as after 28 days the CA does not have further responsibility for the goods or any payment for their storage.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The contract for each lot may be extended at the Authority’s sole discretion 2 times for a period of 1 year.
II.2.13)Information about European Union funds
II.2.14)Additional information
Lot 1 and Lot 2 will be awarded to two different providers, on the basis on most economically advantageous proposal. If the same provider comes first in both lot 1 and lot 2, they will be awarded lot 2 as this will be the most economical to the CA. In this case the second ranked proposal for Lot 1 will be awarded Lot 1.
II.2.1)Title:
Removals and Storage Service Lot 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Outer London — East and North East.
II.2.4)Description of the procurement:
Lot 2 — packing and removal of items to be placed into Service Provider’s storage (for as long as the belongings need to be protected, until they are collected by or returned to the Customer or disposed of on instruction from the Customer or CA), or to be moved to a new address. This may require disconnection and reconnection of domestic appliances and general assistance with the move.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The contract for each lot may be extended at the Authority’s sole discretion 2 times each for a period of 1 year.
II.2.13)Information about European Union funds
II.2.14)Additional information
Lot 1 and Lot 2 will be awarded to two different providers, on the basis on most economically advantageous proposal for each lot. If the same provider comes first in both lot 1 and lot 2, they will be awarded lot 2 as this will be the most economical to the CA. In this case the second ranked proposal for Lot 1 will be awarded Lot 1.
II.2.1)Title:
Removals service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Outer London — East and North East.
II.2.4)Description of the procurement:
Lot 3 — moving of items from the current storage location(s) to the new storage location. Since the current providers are in advantageous position for this lot, this is just for pricing information purposes, but will not bear influence on the award.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The contract for each lot may be extended at the Authority’s sole discretion 2 times each for a period of 1 year.
II.2.13)Information about European Union funds
II.2.14)Additional information
Lot 3 (removal only) will be awarded to on the basis of most economically advantageous tender, competed between all the providers who tendered for it, regardless of whether any of the providers are allocated lot 1 or 2.
Should Homes for Haringey Ltd not continue to exist within the period of duration of this contract then the contract will be novated to the London Borough of Haringey Council.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Storage-and-retrieval-services./R862JH6E9U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R862JH6E9U
GO Reference: GO-201789-PRO-10804829.
VI.4.1)Review body
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Police Service of Northern Ireland Removals Service Contract
Crescent Purchasing Consortium Removal and Relocation Framework
Contract for Commercial Packing Removal and Relocation Services – London
Contract is for a Fine Art Storage Supplier
Regional Offsite Storage for the Police