Section one: Contracting authority
one.1) Name and addresses
University of Bristol
4th Floor, Augustine's Courtyard, Orchard Lane
Bristol
BS1 5DS
Telephone
+44 01179289000
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Removals, Relocation and Re-use Framework
Reference number
CAM-2310-018-PC_2785
two.1.2) Main CPV code
- 98392000 - Relocation services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Bristol in partnership with the University of the West of England, require a Removals, Relocation and Re-use service.
Suppliers will need to be certified and operate to the following standards (or equivalent):
- BS 8522:2009 Furniture removal activities. Commercial moving services
- ISO 9001:2015 standard for quality management.
- ISO 14001:2015 standard for environmental management systems (EMS)
Interested parties may only participate in the competition via the online tendering portal at https://tenders.bris.ac.uk where you can access, download, review and submit tender documents by the deadline specified in this notice. If you are not already registered as a supplier on the portal, please ensure you complete the registration process. All queries about registration and accessing the advertised opportunity must be directed to the portal provider - Jaggaer.
The University shall have no liability for any costs, expenses, fees or charges (including third party charges) by those expressing interest in and/or tendering for this opportunity. No contract (whether implied or otherwise) shall exist between any bidder and the University until such time as a contract is awarded to successful bidder(s). The University reserves the right to make any changes to the procurement as it may require at any time with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKK11 - Bristol, City of
Main site or place of performance
Bristol and surrounding area
two.2.4) Description of the procurement
The scope of this Framework will broadly includes the provision by Framework Suppliers of:
- removals and relocations, of furniture, office equipment, arts & artefacts and laboratory equipment;
- crate hire/purchase;
- storage services; and
- re-use or recycling of unwanted furniture or other items
Details of the Services are provided in the Specification. The work will depend on the requirements of each call-off (Order). Full details are in the tender documents at the tender portal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the tender documents
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: 4
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
3 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 July 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Bidders have the right to appeal an award decision within the statutory time limits and any such proceedings must be brought in the High Court of England and Wales.