Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Birmingham City Council, Corporate Procurement Services
PO Box 10680, Woodcock Street
Contact point(s): Corporate Procurement Services
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail:
Fax: +44 1213037322
Internet address(es):
General address of the contracting authority: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Birmingham City Council is seeking to establish a framework agreement for use by West Midlands boundary public sector bodies or organisations, principally the 33 West Midlands Local Authorities including Educational Establishments, the West Midlands based Fire and Rescue Services, Police Services, Voluntary and Third Sector based Social Enterprises and the West Midlands NHS Health Organisations and Hospitals
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Office and Household Removals and Storage.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Birmingham.
NUTS code UKG31
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 3
II.1.5)Short description of the contract or purchase(s)
Birmingham City Council invites organisations to provide office and domestic household removal and storage services for Birmingham City Council (BCC) and other public sector organisations within the West Midlands boundaries. The contract has been established to satisfy the requirements of any organisational department on an as and when required ‘call off’ basis. It is imperative that a satisfactory service is provided at all times, therefore to ensure that there is always sufficient capacity available, it is necessary to split the contact into 3 Lots and award up to 2 suppliers per Lot.
The contracted Lots will be: Lot 1 - Office Removals and storage, Lot 2 - Household Removals and storage, Lot 3 Household Removals and storage (Temporary Accommodation). Please note that the Transfer of Undertakings (Protection of Employment) Regulations 1981 (TUPE) may apply. Further details will be included in the ITT document.
II.1.6)Common procurement vocabulary (CPV)98392000, 63121100, 63121000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1 - Office Removals and storage, Lot 2 - Household Removals and storage, Lot 3 Household Removals and storage (Temporary Accommodation).
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 1.4.2016. Completion 31.3.2019
Information about lots
Lot No: 1 Lot title: Office Removals and Storage1)Short description
This lot is for the provision of labour, equipment and vehicles to carry out office removal work, from either one office to another within the same building or from one building to another, and also the removal and retrieval of office furniture to and from storage facilities.
2)Common procurement vocabulary (CPV)63121100, 98392000, 63121000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Household Removals and Storage1)Short description
This lot is for the removal of all normal household goods from one building or dwelling to another, including the removal and retrieval of household goods to and from storage facilities.
2)Common procurement vocabulary (CPV)63121000, 98392000, 63121100
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Household Removals and Storage (Temporary Accommodation)1)Short description
This lot is for the removal of all normal household goods from one building or dwelling to another, including the removal and retrieval of household goods to and from storage facilities.
2)Common procurement vocabulary (CPV)63121000, 98392000, 63121100
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The successful tenderers will be required to participate actively in the service related economic, social and environmental regeneration of the locality and of the surrounding place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to economic, social and environmental considerations. In addition the successful bidders who will offer their service to Birmingham City Council will be excepted to sign up to the Birmingham Business Charter for Social Responsibility (see tender document).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Conditions as set out in the tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
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 criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
P0223
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 30.11.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate30.11.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates7.12.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:30.10.2015