Section one: Contracting authority
one.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
Telephone
+44 1443
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
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