Housing Removals and Storage Services London
This contract will include moves anywhere on mainland England, Wales, Scotland, in addition to moves within the borough.
United Kingdom-Kingston: Road transport services
2016/S 136-246201
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Royal Borough of Kingston upon Thames
Guildhall, High Street
For the attention of: Mr Paul Freeman
KT1 1EU Kingston
United Kingdom
Telephone: +44 2085475181
E-mail: commissioning@kingston.gov.uk
Internet address(es):
General address of the contracting authority: http://www.kingston.gov.uk
Electronic access to information: https://www.londontenders.org/
Electronic submission of tenders and requests to participate: https://www.londontenders.org/
Further information can be obtained from: The Royal Borough of Kingston upon Thames
Guildhall, High Street
For the attention of: Mr Paul Freeman
KT1 1EU Kingston
United Kingdom
Telephone: +44 2085475181
E-mail: commissioning@kingston.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The Royal Borough of Kingston upon Thames
Guildhall, High Street
For the attention of: Mr Paul Freeman
KT1 1EU Kingston
United Kingdom
Telephone: +44 2085475181
E-mail: commissioning@kingston.gov.uk
Tenders or requests to participate must be sent to: The Royal Borough of Kingston upon Thames
Guildhall, High Street
For the attention of: Mr Paul Freeman
KT1 1EU Kingston
United Kingdom
Telephone: +44 2085475181
E-mail: commissioning@kingston.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Within the term of the contract the Council is expected to implement a major estate regeneration programme and will also have a one-off move between 2 office buildings of an area estimated at 526 sqm / 5667SQ ft.
II.1.6)Common procurement vocabulary (CPV)
60100000, 98392000, 63121100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Prospective Contractors should consider that the borough received 347 Homeless Applications in 2015/16. It is expected that the rates of homelessness will increase during the life of this contract as a result of changes to welfare benefits and the local housing market and any tenders should factor in a possible rise in the level of work during the life of this contract beyond the current estimates. Prospective Contractors may also wish to note that the Localism Act 2011 allows for councils to discharge their housing duty into accommodation outside of the borough. Whilst the current moving of households outside of the borough is limited, tenders should be submitted in the knowledge that moves outside the borough or neighbouring boroughs will increase during the life of the contract. This contract will include moves anywhere on mainland England, Wales, Scotland, in addition to moves within the borough.
Within the term of the contract the Council is expected to implement a major estate regeneration programme. and will also have a one-off move between two office buildings of an area estimated at 526 sqm / 5667SQ ft.
Current estimated profiles of moves required under this programme are not confirmed but the reasonable expectation is that about 150 (one hundred and fifty) moves will be required each year from 2017.
The contract covers removals and storage of personal belongings and items including furniture, for homeless households and other households with whom the Housing Service interacts under a variety of different schemes, therefore, experience in handling moves for people with disabilities and other vulnerable people is essential. The primary client group for this contract currently are households requiring moves as a consequence of estate refurbishment. These households require removal, storage and delivery of their items to either temporary or settled lettings provided by the Council, Housing Association or private landlords. In some circumstances items may be required to be stored subsequently moved to such location as are specified by the council. Most of the required removals and deliveries will take place in the Kingston Council area; however in a small number of instances these removals and deliveries could be to neighbouring authority areas, Greater London and in some exceptional circumstances anywhere in mainland England, Wales or Scotland. In some exceptional cases contractor will be expected to provide a full packing, unpacking, removal and delivery service to the Council client. The level of removals, delivery and storage is approximately 150 per annum, although this is only an indicative guide and the actual amount of work may be lesser or greater than this estimate amount. Potential Contractors need to consider this when making their submissions as outlined earlier in the document.
This contract will commence on or around 7.10.2016 and shall be for a period of 3 years with an optional extension of up to 1 year plus a further 1 year, to be exercised at the Council’s discretion.
Organisations that are interested in participating in this exercise are invited to register immediately on the London Tenders Procurement Portal by following the link: https://www.londontenders.org/
Please refer to DN 124950 on ProContract.
Estimated value excluding VAT:
Range: between 400 000 and 500 000 GBP
II.2.2)Information about options
Description of these options: The Contract term is for 3 years with an optional extension of up to 1 year plus a further 1 year, to be exercised at the Council’s discretion.
Provisional timetable for recourse to these options:
in months: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As outlined in the tender documentation.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As outlined in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: All submitted tenders shall be opened by the Head of Corporate Governance, and the appropriate Director, Executive Head, or Service Manager, or any other Officer of the Council authorised to do so.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 60 months.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Kingston upon Hull City Council Removals Service Framework
Removal and Storage Services London