Opportunity

Furniture Removal and Storage Framework

  • Cardiff Council

F02: Contract notice

Notice reference: 2021/S 000-027318

Published 1 November 2021, 1:55pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

Email

CorporateFrameworks@cardiff.gov.uk

Telephone

+44 2920873732

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

www.cardiff.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

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://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

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

Furniture Removal and Storage Framework

Reference number

ERFX1007663

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council requires a furniture removals service for offices, schools, housing and other council establishments. As well as carrying out the actual move and providing storage for furniture, the successful Suppliers may be required to carry out site surveying, planning, project management, risk assessments, packing and crate management, IT equipment relocation, furniture relocation, storage for other furniture and flexible retrieval, property protection, insurance, and waste disposal.

two.1.5) Estimated total value

Value excluding VAT: £850,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)
  • 39100000 - Furniture
  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

The Council requires a furniture removals service for offices, schools, housing and other council establishments. As well as carrying out the actual move and providing storage for furniture, the successful Suppliers may be required to carry out site surveying, planning, project management, risk assessments, packing and crate management, IT equipment relocation, furniture relocation, storage for other furniture and flexible retrieval, property protection, insurance, and waste disposal.

Further details can be obtain by accessing the tender document via proactis

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £850,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Details can be found via the below link:

https://supplierlive.proactisp2p.com/Account/Login

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

1 December 2021

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

1 December 2021

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: Renewal of the Framework Agreement

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=115218.

(WA Ref:115218)

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