Furniture Removal and Relocation Tender – Scotland
The Scottish Police Authority has a requirement for the Provision of a Furniture Removal, Relocation, Disposal and Storage Services (Framework Agreement).
United Kingdom-Glasgow: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
2018/S 174-394791
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
United Kingdom
Telephone: +44 1786896463
E-mail: charlotte.reid@scotland.pnn.police.uk
NUTS code: UKM82
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PROC711 — Provision of a Furniture Removal, Relocation, Disposal and Storage Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Police Authority (hereafter referred to as the “the Authority”) has a requirement for the Provision of a Furniture Removal, Relocation, Disposal and Storage Services (Framework Agreement).
The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into three (3) individual Lots to cover the operating areas of each region.
II.1.6)Information about lots
II.2.1)Title:
East Territory
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
2 French Street Dalmarnock Glasgow G40 4EH
II.2.4)Description of the procurement:
The Scottish Police Authority (hereafter referred to as the “the Authority”) has a requirement for the Provision of a Furniture Removal, Relocation, Disposal and Storage Services (Framework Agreement).
The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into three (3) individual Lots to cover the operating areas of each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 years’ time OR
4 years time if optional year extension was activated.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
North Territory
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
2 French Street Dalmarnock Glasgow G40 4EH
II.2.4)Description of the procurement:
The Scottish Police Authority (hereafter referred to as the “the Authority”) has a requirement for the Provision of a Furniture Removal, Relocation, Disposal and Storage Services (Framework Agreement).
The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into three (3) individual Lots to cover the operating areas of each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 years OR
4 years if optional 1 year extension is activated.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
West Territory
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
2 French Street Dalmarnock Glasgow G40 4EH
II.2.4)Description of the procurement:
The Scottish Police Authority (hereafter referred to as the “the Authority”) has a requirement for the Provision of a Furniture Removal, Relocation, Disposal and Storage Services (Framework Agreement).
The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into three (3) individual Lots to cover the operating areas of each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 years OR
4 years if 1 year optional extension is activated.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
N/A
III.1.2)Economic and financial standing
It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below:
Insurances:
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 without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.
Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.
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.
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 Bidder’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.
III.1.3)Technical and professional ability
Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Provision of a Furniture Removal, Relocation, Disposal and Storage Services. The below requirements will be requested at the “Request For Documentation” Stage:
Two (2) examples of the provision of similar service may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts.
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
Tenderers may also be required to provide:
Technical Skills
A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical Resources
A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical Confirmation
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.
III.2.2)Contract performance conditions:
Please see Contract Notice document within the attachments area via Public Contract Scotland Tender. Not enough characters to provide the full detail within the notice via Public Contract Scotland.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
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
2 French Street, Dalmarnock Glasgow G40 4EH
Section VI: Complementary information
VI.1)Information about recurrence
3 years OR
4 years if optional 1 year extension is activated.
VI.2)Information about electronic workflows
VI.3)Additional information:
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 see Contract Notice document within the attachments area via Public Contract Scotland Tender. Contract Notice does not have enough characters to publish the required information via Public Contract Scotland.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11365. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
SME and social enterprise development
Community engagement
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:556808)
VI.4.1)Review body
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
United Kingdom
Telephone: +44 1786896463Internet address: http://www.spa.police.uk
VI.5)Date of dispatch of this notice: