Tender

Removals and Relocation of Council Furniture/Items within Rhondda Cynon Taf

  • Rhondda Cynon Taf CBC

F02: Contract notice

Notice identifier: 2022/S 000-004558

Procurement identifier (OCID): ocds-h6vhtk-03186a

Published 17 February 2022, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

Email

purchasing@rctcbc.gov.uk

Telephone

+44 1443

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.rctcbc.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Removals and Relocation of Council Furniture/Items within Rhondda Cynon Taf

Reference number

RCT/CE/S292/22

two.1.2) Main CPV code

  • 98392000 - Relocation services

two.1.3) Type of contract

Services

two.1.4) Short description

Rhondda Cynon Taf County Borough Council is seeking to appoint suppliers onto a Framework Agreement to provide a service for removal of furniture and other items to either relocate, storage or disposal.

Further information can be obtained at https://etenderwales.bravosolution.co.uk and searching for ITT 92874

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Large Scale Removal and Relocation Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 98392000 - Relocation services
  • 90513100 - Household-refuse disposal services
  • 90500000 - Refuse and waste related services
  • 79613000 - Employee relocation services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
Main site or place of performance

Rhondda Cynon Taf

two.2.4) Description of the procurement

The Framework will cover the removals and relocation and some disposal/recycle/reuse of furniture and other items from buildings throughout the area of Rhondda Cynon Taf.

Refer to tender documents for further information.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

12 months, plus 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Small Scale Removal and Relocation Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 98392000 - Relocation services
  • 90513100 - Household-refuse disposal services
  • 90500000 - Refuse and waste related services
  • 79613000 - Employee relocation services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
Main site or place of performance

Rhondda Cynon Taf

two.2.4) Description of the procurement

The Framework will cover the removals and relocation and some disposal/recycle/reuse of furniture and other items from buildings throughout the area of Rhondda Cynon Taf.

Refer to the tender documents for further information.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

12 months, plus 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 March 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.3) Additional information

All criteria is stated in the procurement documents.

Any contract award will be conditional on the Contract being generally able to proceed following the Council's internal approval procedures and the mandatory 10 day standstill period before sending confirmation of contract award to the successful Contractor.

The Council is using eTenderwales to carry out this procurement process. Please visit: https://etenderwales.bravosolution.co.uk (eTenderwales

Ref: ITT_92874)

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=117911

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please refer to tender documents.

(WA Ref:117911)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom