Tender for Office and Special Moving Services – Scotland
Lot 1: Large Projects – High Value/High Risk; Lot 2: Churn Work – Low Value/Low Risk; Lot 3: Fine Art Move.
United Kingdom-Stirling: Relocation services
2020/S 227-560588
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Unit 27, Stirling Business Centre, Wellgreen
Town: Stirling
NUTS code: UKM SCOTLAND
Postal code: FK8 2DZ
Country: United Kingdom
E-mail: acahill@apuc-scot.ac.uk
Telephone: +44 1314428930
Internet address(es):
Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
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:
Office and Special Moving Services for APUC
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Office and special moving service framework with 3 lots:
Lot 1: Large Projects — High Value/High Risk;
Lot 2: Churn Work — Low Value/Low Risk;
Lot 3: Fine Art Move.
II.1.6)Information about lots
II.2.1)Title:
Routine/Churn Work
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland Wide.
II.2.4)Description of the procurement:
Ad hoc, small removal requirements including:
Known, small scale jobs, indicative of lower value/risk project work undertaken by a van driver and porter service (up to 7.5 ton van size of vehicle) and may include for example and without limitation the following:
— uncomplicated, un-forecasted removal of effects required within limited timescales,
— portering services/ packing,
— minor office moves,
— known storage requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 2 periods of 12 months (24 months total), subject to
satisfactory performance and continued Institutional requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)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.
II.2.1)Title:
Fine Art Move
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland Wide.
II.2.4)Description of the procurement:
The services to be provided — retrieval of the fine art collection from the current storage and its relocation to the museum for the purpose of exhibiting and may include for example and without limitation the following:
— transportation of effects by road, sea or air,
— specialised vehicles,
— case making and packing services,
— secure storage solution,
— customs clearance.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 2 periods of 12 months (24 months total), subject to
satisfactory performance and continued institutional requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)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.
II.2.1)Title:
Large Projects — High Value/High Risk
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Large scale projects – means larger removal/relocation requirement which may require refinement of specifications and may include for example and without limitation the following:
— high risk/high value projects,
— refurbishment projects,
— specialist department/machine moves.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 2 periods of 12 months (24 months total), subject to
satisfactory performance and continued Institutional requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)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.
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
As per section 4A Trade Reference of the ESPD:
Tenderers must be registered with the following:
Lot 1: British Association of Removers (BAR)
Lot 2: British Association of Removers (BAR)
Lot 3: British Association of Removers (BAR).
In addition for Lot 3 Tenderers must be should be registered with: The British International Freight Association
III.1.2)Economic and financial standing
With reference to section 4B of the ESPD: Economic and Financial Standing
With reference to 4B.5 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional risk indemnity: GBP 5 million (all lots with option to increase up to GBP 10 million Lot 3);
Employer’s (compulsory) liability: GBP 5 million (all lots with option to increase up to GBP 10 million Lot 3);
Public liability: GBP 5 million (all lots with option to increase up to GBP 10 million Lot 3);
Product liability: GBP 5 million (all lots with option to increase up to GBP 10 million Lot 3).
For Lot 3 you must also have in place fully comprehensive transit insurance (goods in transit insurance).
These should include the name of the insurers, policy numbers, expiry dates and limits for any one incident and annual aggregate caps and the excesses under the policies.
With reference to 4B.6 Description of the economic or financial requirements:
Provide 2 years of audited accounts or equivalent to demonstrate financial stabilities.
Alternatively if the contractor is unable to provide the required accounting information then they will be required to provide a bankers letter demonstrating their willingness to support the contractors organisation over the term of the framework agreement.
III.2.2)Contract performance conditions:
Submission of management information
Following commencement of the framework agreement, the contractor will provide a performance report to the authority on a quarterly basis to include spend by institution under the framework agreement for the reporting period.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be Uploaded to the website:
http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.
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.2.1)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
October 2024
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.
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix G Sustain Supply Chain Evaluation Tool-Section 1
Appendix H Non-Involvement Serious Organised Crime
Appendix I Non-Involvement Human Trafficking and Labour Restrictions
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17401. 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:
The contractor will work with the authority to deliver community benefits or social value where they are identifiable throughout the term of the framework agreement. The authority is interested in measures that contractors propose to take to encourage delivery of Community Benefits.
(SC Ref:634958)
VI.4.1)Review body
Postal address: Sheriff Court House, Viewfield Place
Town: Stirling
Postal code: FK8 1NH
Country: United Kingdom
VI.5)Date of dispatch of this notice: