Tender

Supply of Rise and Recliner Chairs

  • Rhondda Cynon Taf CBC

F02: Contract notice

Notice identifier: 2023/S 000-011268

Procurement identifier (OCID): ocds-h6vhtk-03c224

Published 19 April 2023, 4:28pm



Section one: Contracting authority

one.1) Name and addresses

Rhondda Cynon Taf CBC

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

Email

procurement@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.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

Supply of Rise and Recliner Chairs

Reference number

RCT/CE/R498/23

two.1.2) Main CPV code

  • 19200000 - Textile fabrics and related items

two.1.3) Type of contract

Supplies

two.1.4) Short description

1.2. Vision Products is a supported business and part of Rhondda Cynon Taf County Borough Council and are the approved supplier to RCT, Merthyr Tydfil and Bridgend County Borough Councils along with Cwm Taf Morgannwg NHS Trust.

Vision Products require a supplier to provide standard economy and bariatric riser recliner chairs and complex seating. The equipment would go to people's homes for loan after an assessment of need by Occupational Therapists, then returned after the chair is no longer needed. Chairs would be refurbished and then re-loaned out to other members of the public. There is a requirement the successful applicant to provide spare parts, accessories and servicing cost as part of this tender.

two.1.5) Estimated total value

Value excluding VAT: £1,169,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 33192300 - Medical furniture except beds and tables
  • 33100000 - Medical equipments
  • 33700000 - Personal care products

two.2.3) Place of performance

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

Vision Products is based in RCT. Delivery to clients homes throughout RCT, Merthyr Tydfil and Bridgend and surrounding areas.

two.2.4) Description of the procurement

1.Vision Products is a supported business and part of Rhondda Cynon Taf County Borough Council. The aim of the business is to provide and sustain independence, health and wellbeing to individuals in our community in which they provide services. This is achieved through the provision of cost-effective employment and development opportunities for people with disabilities.

Vision Products is based on Coed Cae Lane Industrial Estate in Pontyclun . Vision Products undertakes a Community Equipment Service to deliver, collect, refurbish and repair a diverse range of community equipment.

As part of the Supply of Riser Recliner Chairs and Complex Seating, there is a requirement for the successful applicant to provide spare parts, accessories and servicing cost as part of this tender.

The supply of standard economy and bariatric riser recliner chairs and complex seating for Vision Product's Community Equipment Service. Vision Products are the approved supplier to RCT, Merthyr Tydfil, Bridgend CBC and Cwm Taf Morgannwg NHS Trust. The equipment would go to people's homes for loan after an assessment of need by Occupational Therapists, then returned after the chair is no longer needed. Chairs would be refurbished and then loaned out again to other members of the public by way of a continuous cycle

It is the Authority’s intention to have two Suppliers. The supplier ranked 1 (Preferred Supplier) by virtue of the combined Quality / Price score will receive all orders, and the supplier ranked 2 (Reserve Supplier) will only be utilised when either supplier 1 (preferred supplier) cannot provide the equipment or deliver within the required timescales or to the required quality.

Contract period is 4 years with the option to extend for 3 x 12 months.

two.2.5) Award criteria

Quality criterion - Name: technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 x 12 month extension

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

22 May 2023

Local time

12:00pm

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

English, Welsh

four.2.7) Conditions for opening of tenders

Date

22 May 2023

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: 7 years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Any contract award will be conditional on the Contract being approved in accordance with the Council’s internal approval procedures and being able to proceed following the mandatory 10 day standstill period before sending confirmation of contract award to the successful Tenderer.

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=130606

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 see tender documents

(WA Ref:130606)

The buyer considers that this contract is suitable for consortia.

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