Tender

Removals, Relocation and Re-use Framework

  • University of Bristol

F02: Contract notice

Notice identifier: 2024/S 000-017305

Procurement identifier (OCID): ocds-h6vhtk-046d4f

Published 4 June 2024, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

University of Bristol

4th Floor, Augustine's Courtyard, Orchard Lane

Bristol

BS1 5DS

Email

estates-tenders@bristol.ac.uk

Telephone

+44 01179289000

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Internet address(es)

Main address

www.bristol.ac.uk

one.3) Communication

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

https://tenders.bris.ac.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://tenders.bris.ac.uk/

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.