Award Removal, Storage and Disposals Contract
February 11, 2026 Assistant Director: Property and Investment (Officer) Approved View on council websiteFull council record
Decision
The Assistant Director of Property and
Investment has approved the award of a contract for the Removal,
Storage and Disposals Contract to 1 Call Business Solutions Ltd
(Company Number 8557352) as the most advantageous tenderer for a
period of 2 years with the option to extend for a further year on
two occasions to undertake planned and reactive removal, storage
and disposal services of office furniture and equipment within
buildings owned by Wirral Borough Council with an estimated
contract value of £240,000 over a period of four
years
Reasons for the decision
Wirral Borough Council has an ongoing
requirement to rationalise and restructure services which result in
a requirement for office equipment relocations, moves and
changes.
This service will involve the relocating of existing furniture and
equipment between various sites, moving between floors in a
building or changing position on a floor.
The service will include the removal of free-standing furniture,
contents, IT equipment, storeroom contents and ancillary items.
Also, the disposal of surplus/waste which will be carried out in
accordance with the Environmental Agency Regulations.
The award of the new removal, storage and disposal services
contract will allow the Council's Facilities Management team to
deliver planned and reactive removal, storage and disposal services
of office furniture and equipment within buildings owned by the
Council.
Carrying out the procurement process as ensured that the tendering
suppliers are competent in Health and Safety and meet the Councils
Health and Safety Requirements.
The scope of changes is determined on an on-going basis.
Tenders were advertised on an open tender basis. The 3 tenders were
submitted, including from 1 Business Solutions Ltd were evaluated
on price, quality and social value submissions and moderated with
the Council’s Procurement Team. Details of the tender
evaluation are set out in the exempt Appendix 1.
Appendix 1 is exempt from publication pursuant to paragraph 3 of
part 1 of Schedule 12 A of the Local Government Act 1972
(Information relating to the financial or business affairs of any
particular person (including the authority holding that
information)) because it contains or refers to information relating
to the financial and business affairs of tenderers and the Council
and the public interest in maintaining the exemption outweighs the
public interest in disclosure.
The evaluation criteria are based on price (50%), quality (40%) and
social value (10%).
Quality elements of the tender return were evaluated by three
officers from the Asset Management team, completing individual
scoring sheets which were moderated by Procurement.
The Pricing element of the tender return was scored separately by
the Procurement team
The final scores were brought together by the Procurement team in a
weighted "evaluation matrix" which determined the preferred
tenderer. The tender submitted by 1 Call Business Solutions Ltd
represents the most advantageous tender received
Alternative options considered
There is not a do-nothing option. The Council
needs to have a contract in place as the current contract has
played a vital role over the years in meeting asset plan
requirements and ensuring the efficient management of building
closures. This includes relocating staff swiftly from one asset to
another without delays.
The Council could look to let individual pieces of work on a
case-by-case basis. This would present a significant challenge to
administer, significantly increase the cost of administration and
would not be satisfactory for certain works, for example emergency
call out. Not commissioning would generate significant challenges
to the Facilities Management team, impacting their operational
effectiveness, in provision of works and would have significant
implications for the operation of the Council's property
portfolio.
The Council could explore other options, for example outsourcing
models, however there is a requirement for a contract to be in
place now to enable delivery of works and any development of a
proposal for outsourcing would need to be properly developed, so
the best outcome for the Council could be achieved and the contract
mobilised.
Details
| Outcome | Recommendations Approved |
| Decision date | 11 Feb 2026 |