By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Removal and Packing Services for Nottingham City Homes Tenants.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Nottingham City Homes Limited
Beechdale Court
For the attention of: Rebecca Vines
NG8 3LH Nottingham
UNITED KINGDOM
Telephone: +44 1158762089
E-mail:

Internet address(es):

General address of the contracting authority: www.nottinghamcityhomes.org.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Removal and Packing Services for Nottingham City Homes Tenants.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKF14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 60 000 and 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
Decommissioning services. Storage services. Furniture. Domestic furniture. Nottingham City Homes invites you to tender for being included within a framework for the provision of Removal and Storage service for residents that are being moved from their homes, including packing. We estimate that over the next 12 months we have approximately 550 properties to decommission in our major programme and approximately 50 moves consisting of re-designating tenants from Independent Living, general moves and Housing in Multiple Occupancy (HIMO).
The framework period will be for the period 2.12.2013 to 1.12.2017 with an option for Nottingham City Homes to terminate the framework on 1.12.2014 or at anytime thereafter on not less than one months notice.
Decommissioning services. Storage services. Furniture. Domestic furniture. Nottingham City Homes invites you to tender for the Removal and Storage service for Nottingham City Homes Tenants that are being moved from their homes, including packing. The instruction and guidance as provided in this section are designed to ensure that all tenderers are given equal and fair consideration. It is therefore important that you provide all the information asked for and in the format and order specified.
There are 2 main reasons why Nottingham City Homes may have to move residents:
- Decant - temporary or permanent move to another property in order for emergency works to be undertaken within the property or due to residents personal circumstances
- Decommissioning / Right Size - permanent move to another property due to the planned decommissioning programme of a block of houses or estate
The successful provider will be responsible for the provision of a removals service to residents which include the following services:
- Provision of strong storage boxes
- Packing service, to include dismantling of furniture where applicable
- Furniture Removals and Re-site
- Furniture Storage.
Where a resident is moved from their home through the decant process, the contractor will be expected to be available to undertake the move as soon as possible but no longer than 3 days from receiving the request.
The decommissioning process has a more planned approach with an average of 4 moves taking place a day, however at the peak of a decommissioning programme this figure may increase to an average of 10 per day.
To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7ZM6A8NR89

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Decommissioning-services./7ZM6A8NR89

II.1.6)Common procurement vocabulary (CPV)

98391000, 63121100, 39100000, 39140000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework will be for four years and it is envisaged that up to three service providers may be appointed onto the framework to provide sufficient resources to minimise risk of non-performance.
Call offs from the framework will be made by direct selection and Nottingham City Homes will first offer the call off to the service provider who made the most economically advantageous bid under this framework tenders and has performed satisfactorily against KPI's. If this service provider cannot provide the service required at the time required or has failed to perform satisfactorily against KPI's, Nottingham City Homes will go to the service provider with the next most economically advantageous framework bid and so on.
Estimated value excluding VAT:
Range: between 50 000 and 250 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits, guarantees or bonds required by the Contracting Authority will be set out in the Contract Documents
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any financial conditions and payment arrangements will be set out in the contract documents
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Applicants will be required to complete the tender documentation consistent with Directive 2004/18/EC. A short list will be drawn from the suitable applicants from which the successful service provider or providers will be selected. Any potential service provider should note that no cost reimbursement will be considered for work carried out prior to appointment. The tender documents are available at I.1 and must be uploaded to the portal stipulated in the tender documents.
Minimum level(s) of standards possibly required: All Risks Goods in Transit Insurance Cover is mandatory
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete tender documents consistent with Directive 2004/18/EC. A short list will be drawn from the suitable applications and asked to provide a price based tender from which the successful service provider or providers will be selected. Any potential service provider should note that no cost reimbursement will be considered for work carried out prior to appointment. The documents are available at I.1 and must be returned as stipulated in the tender documents.
Minimum level(s) of standards possibly required:
As set out in the tender documents
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Price. Weighting 80

2. Quality. Weighting 10

3. Due-Diligence Interview. Weighting 10

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NCH0014
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.10.2013 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 25.10.2013 - 14:00

Place:

14 Hounds Gate, Nottingham, NG1 7BA

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Personnel

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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,and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Decommissioning-services./7ZM6A8NR89

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7ZM6A8NR89

GO Reference: GO-2013912-PRO-5113513
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
E-mail:
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: 10 days from the date of contract award.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Nottingham City Homes
Governance, 14 Hounds Gate
NG1 7BA Nottingham
UNITED KINGDOM
E-mail:
Telephone: +44 115915212

VI.5)Date of dispatch of this notice:
12.9.2013