London Borough of Bromley: Move On Packs - Essential Household Goods Service

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Move On Packs - Essential Household Goods Service
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Supplies
Procedure: Open
Short Description: The Council is looking to establish a Framework for the provision of white goods and beds in order to meet the basic accommodation needs of tenants moving into social housing. The Framework will consist of two Lots: Lot 1: Supply and fit of White Goods to addresses primarily within the London Borough of Bromley Lot 2: Supply and delivery of beds to addresses primarily within the London Borough of Bromley. Goods to be supplied may be new or re-used. Value: Annual expenditure for this contract may be in excess of £200,000. Indicative annual volumes under a previously run scheme (13/14 figures): • 320 cookers • 300 fridges/freezers • 800 beds • 500 mattresses. However, this is a new service and these figures should be seen as broadly indicative only and the Council does not guarantee that this level of expenditure will continue. It is envisaged that three providers will be appointed to each Lot. Contract will initially be for a period of two years with the option to extend for a period of up to a further two years at the Council's discretion. The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure you can access the tender documents.
Published: 10/12/2014 11:58

View Full Notice

UK-Bromley: Domestic appliances.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: andrew.scott@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Andrew Scott
      Electronic Access URL: www.londontenders.org
      Electronic Submission URL: www.londontenders.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      Not Provided

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Move On Packs - Essential Household Goods Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKJ4 - Kent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
      
      II.1.5)Short description of the contract or purchase:
      Domestic appliances. Beds and bedding and specialist soft furnishings. Refrigerator-freezers. Refrigerators and freezers. Electrical domestic appliances. Gas appliances. Domestic cooking appliances. The Council is looking to establish a Framework for the provision of white goods and beds in order to meet the basic accommodation needs of tenants moving into social housing. The Framework will consist of two Lots: Lot 1: Supply and fit of White Goods to addresses primarily within the London Borough of Bromley Lot 2: Supply and delivery of beds to addresses primarily within the London Borough of Bromley. Goods to be supplied may be new or re-used. Value: Annual expenditure for this contract may be in excess of £200,000. Indicative annual volumes under a previously run scheme (13/14 figures): • 320 cookers • 300 fridges/freezers • 800 beds • 500 mattresses. However, this is a new service and these figures should be seen as broadly indicative only and the Council does not guarantee that this level of expenditure will continue. It is envisaged that three providers will be appointed to each Lot. Contract will initially be for a period of two years with the option to extend for a period of up to a further two years at the Council's discretion. The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure you can access the tender documents.
         
      II.1.6)Common Procurement Vocabulary:
         39700000 - Domestic appliances.
         
         39143110 - Beds and bedding and specialist soft furnishings.
         
         39711110 - Refrigerator-freezers.
         
         39711100 - Refrigerators and freezers.
         
         39710000 - Electrical domestic appliances.
         
         39721410 - Gas appliances.
         
         39721100 - Domestic cooking appliances.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Supply and fit of white goods

      1)Short Description:      
      Supply and fit of White Goods to addresses primarily within the London Borough of Bromley. Indicative annual volumes under a previously run scheme (13/14 figures): • 320 cookers • 300 fridges/freezers. These figures are indicative only and the Council does not guarantee that this level of expenditure will continue.

      2)Common Procurement Vocabulary:
         39700000 - Domestic appliances.
                  39711110 - Refrigerator-freezers.
                  39711100 - Refrigerators and freezers.
                  39721100 - Domestic cooking appliances.
                  39721410 - Gas appliances.
                  39710000 - Electrical domestic appliances.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Supply and delivery of beds

      1)Short Description:      
      Supply and delivery of beds to addresses primarily within the London Borough of Bromley. Indicative annual volumes under a previously run scheme (13/14 figures): • 800 beds •500 mattresses. These figures are indicative only and the Council does not guarantee that this level of expenditure will continue.

      2)Common Procurement Vocabulary:
         39143110 - Beds and bedding and specialist soft furnishings.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Deposit or Parent Company Gurantee may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and Several Liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/01/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area). The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley,Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes. The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=122476762
GO-20141210-PRO-6219122 TKR-20141210-PRO-6219121
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
               DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/

      VI.4.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639

   VI.5) Date Of Dispatch Of This Notice: 10/12/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Bromley: Domestic appliances.

Section I: Contracting Authority
   Title: UK-Bromley: Domestic appliances.
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: andrew.scott@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Andrew Scott

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Move On Packs - Essential Household Goods Service      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKJ4 - Kent         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Domestic appliances. Beds and bedding and specialist soft furnishings. Refrigerator-freezers. Refrigerators and freezers. Electrical domestic appliances. Gas appliances. Domestic cooking appliances. Framework for the provision of white goods and beds in order to meet the basic accommodation needs of tenants moving into social housing. The Framework consists of two Lots: Lot 1: Supply and fit of White Goods to addresses primarily within the London Borough of Bromley Lot 2: Supply and delivery of beds to addresses primarily within the London Borough of Bromley as detailed in Contract Notice. Value: Annual expenditure for this contract may be in in the region of of £200,000. Contract is for a period of two years with the option to extend for a period of up to a further two years at the Council's discretion. Please note that this is an Award Notice and the Council is not inviting expressions of interest.
      II.1.5)Common procurement vocabulary:
         39700000 - Domestic appliances.
         39143110 - Beds and bedding and specialist soft furnishings.
         39711110 - Refrigerator-freezers.
         39711100 - Refrigerators and freezers.
         39710000 - Electrical domestic appliances.
         39721410 - Gas appliances.
         39721100 - Domestic cooking appliances.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 60
         Working to Timescale - 16
         Quality Assurance - 10
         Service Consistancy - 10
         Social Value - 4
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 241 - 423746 of 13/12/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Supply and fit of white goods

      V.1)Date Of Contract Award: 17/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Furnishing Service Ltd
         Postal address: Units 1B/1C, Crossley Park Industrial Estate, Crossley Road
         Town: Stockport
         Postal code: SK4 5BB
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Supply and fit of white goods

      V.1)Date Of Contract Award: 17/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: John Gillman & Sons (Electrical) T/A Domestic Appliance Distributors
         Postal address: Henry John House, Northway Lane, Ashchurch
         Town: Tewkesbury
         Postal code: GL20 8JH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Supply and fit of white goods

      V.1)Date Of Contract Award: 17/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Louis Sorzano Ltd T/A BFS Interiers
         Postal address: Marlborough House, 159 High Street
         Town: Harrow
         Postal code: HA3 5DX
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 2
      Title: Supply and delivery of beds

      V.1)Date Of Contract Award: 17/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 6       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Furnishing Service Limited
         Postal address: Units 1B/1C, Crossley Park Industrial Estate, Crossley Road
         Town: Stockport
         Postal code: SK4 5BB
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Evaluation of the tenderwas based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria as detailed in Contract Notice. . The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley,Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes. The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=140767707
GO-2015415-PRO-6523527 TKR-2015415-PRO-6523526   
   VI.3.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
         DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/
   VI.3.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639
   
   VI.4)Date Of Dispatch Of This Notice: 15/04/2015