Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Furniture Solutions 2015

  • First published: 10 August 2015
  • Last modified: 10 August 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-032410
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
10 August 2015
Deadline date:
11 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

RCTH is seeking to appoint a furniture supplier for the provision of furniture products (including delivery; installation; and maintenance) to ten of our sheltered housing schemes. RCTH are currently undertaking a refurbishment project to bring our sheltered housing schemes up to standard and obtain Visibly Better accreditation. Visibly Better is an accreditation scheme developed by RNIB Cymru to meet the needs of the increasing numbers of people with sight problems who live in sheltered housing and extra care homes. In communal areas, we will ensure that design features are integrated to maintain independence and minimise risks to people with sight loss. This will include the appropriate use of colour contrast in furniture and fabrics. If you'd like to know more about Visibly Better Cymru, please telephone 029 2082 8500 or by email visiblybettercymru@rnib.org.uk The Agreement will be for a period of two years (with an option for the Client to extend the Agreement for a further period of one year). The anticipated start date is 14th September 2015. CPV: 45421153, 79934000, 50850000, 39100000, 39140000, 39143000, 39143300.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK

Daniel Keenan

+44 1443494434

danielk@rcthomes.co.uk


www.rcthomes.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Furniture Solutions 2015

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Rhondda Cynon Taf



UKL15

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

RCTH is seeking to appoint a furniture supplier for the provision of furniture products (including delivery; installation; and maintenance) to ten of our sheltered housing schemes.

RCTH are currently undertaking a refurbishment project to bring our sheltered housing schemes up to standard and obtain Visibly Better accreditation.

Visibly Better is an accreditation scheme developed by RNIB Cymru to meet the needs of the increasing numbers of people with sight problems who live in sheltered housing and extra care homes. In communal areas, we will ensure that design features are integrated to maintain independence and minimise risks to people with sight loss. This will include the appropriate use of colour contrast in furniture and fabrics. If you'd like to know more about Visibly Better Cymru, please telephone 029 2082 8500 or by email visiblybettercymru@rnib.org.uk

The Agreement will be for a period of two years (with an option for the Client to extend the Agreement for a further period of one year). The anticipated start date is 14th September 2015.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=32410

II.1.6)

Common Procurement Vocabulary (CPV)

45421153
79934000
50850000
39100000
39140000
39143000
39143300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

185000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.




III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RCT033

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 11-09-2015  10:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 11-09-2015  10:00
RCT Homes Head Office

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:32410)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 10-08-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494434


www.rcthomes.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494434


www.rcthomes.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494434


www.rcthomes.co.uk

Coding

Commodity categories

ID Title Parent category
39143000 Bedroom, dining room and living-room furniture Domestic furniture
39140000 Domestic furniture Furniture
39100000 Furniture Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
79934000 Furniture design services Specialty design services
45421153 Installation of built-in furniture Joinery work
39143300 Living-room furniture Bedroom, dining room and living-room furniture
50850000 Repair and maintenance services of furniture Miscellaneous repair and maintenance services

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
10 August 2015
Deadline date:
11 September 2015 00:00
Notice type:
Contract Notice
Authority name:
Trivallis
Publication date:
08 October 2015
Notice type:
Contract Award Notice
Authority name:
Trivallis

About the buyer

Main contact:
danielk@rcthomes.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
11/08/2015 11:12
Change of ITT reference on etenderwales
The etenderwales ITT reference originally published with the notice was incorrect. The correct ITT reference is: itt_49576 Please use this reference to locate the tender documents on the etenderwales site.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.