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

Removals, Relocation and Re-use Framework

  • First published: 05 June 2024
  • Last modified: 05 June 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046d4f
Published by:
University of Bristol
Authority ID:
AA83071
Publication date:
05 June 2024
Deadline date:
03 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Bristol

4th Floor, Augustine's Courtyard, Orchard Lane

Bristol

BS1 5DS

UK

Telephone: +44 01179289000

E-mail: estates-tenders@bristol.ac.uk

NUTS: UKK11

Internet address(es)

Main address: www.bristol.ac.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Removals, Relocation and Re-use Framework

Reference number: CAM-2310-018-PC_2785

II.1.2) Main CPV code

98392000

 

II.1.3) Type of contract

Services

II.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).

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

63120000

63121000

63121100

90510000

II.2.3) Place of performance

NUTS code:

UKK11


Main site or place of performance:

Bristol and surrounding area

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/07/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 10/07/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.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.

VI.5) Date of dispatch of this notice

04/06/2024

Coding

Commodity categories

ID Title Parent category
90510000 Refuse disposal and treatment Refuse and waste related services
98392000 Relocation services Other services
63121000 Storage and retrieval services Storage and warehousing services
63120000 Storage and warehousing services Cargo handling and storage services
63121100 Storage services Storage and retrieval services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
estates-tenders@bristol.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.