Hyde Housing Association: Provision of Electrical Appliances, Furniture and other Associated Services

  Hyde Housing Association has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Electrical Appliances, Furniture and other Associated Services
Notice type: Contract Notice
Authority: Hyde Housing Association
Nature of contract: Services
Procedure: Open
Short Description: Hyde is seeking to set up a multiple source Framework agreement under three lots for the supply of Electrical appliances (White goods), Furniture (Residential) & Soft Furnishings, and Flooring supplies. The key service provision will include the supply and the option of installation and removal of these products where applicable. Bidders are permitted to compete for one or more Lots; this Lot is specifically for Electrical Appliances (White Goods). Contractors will need to identify both the standard core products and the supply of specialised products to meet the needs of disabled and vulnerable residents. Contractors will be required to provide a catalogue view of the core products specified. Also Hyde would request access to the non core catalogue access when required.
Published: 12/07/2016 16:04

View Full Notice

UK-London: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
Section I: Contracting Authority
      I.1) Name and addresses
             Hyde Housing Association (The Hyde Group)
             30 Park Street, London, SE19EQ, United Kingdom
             Email: nasreen.tayab@hyde-housing.co.uk
             Contact: Nasreen Tayab
             Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address       
      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: www.delta-esourcing.com
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Electrical Appliances, Furniture and other Associated Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Hyde is seeking to set up a multiple source Framework agreement under three lots for the supply of Electrical appliances (White goods), Furniture (Residential) & Soft Furnishings, and Flooring supplies. The key service provision will include the supply and the option of installation and removal of these products where applicable. Bidders are permitted to compete for one or more Lots; this Lot is specifically for Electrical Appliances (White Goods).
Contractors will need to identify both the standard core products and the supply of specialised products to meet the needs of disabled and vulnerable residents.
Contractors will be required to provide a catalogue view of the core products specified. Also Hyde would request access to the non core catalogue access when required.       
      II.1.5) Estimated total value:
      Value excluding VAT: 75,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Electrical Appliances (White Goods)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      39710000 - Electrical domestic appliances.
      39700000 - Domestic appliances.
      39716000 - Parts of electrical domestic appliances.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Supply, Installation and removal of Electrical Appliances (White Goods):

Key Requirements:
•Supply of items
•Delivery of items to locations across the geographies (available in the tender documents)
•Installation/Fitting of items (where applicable)
•Decommissioning of old items (where applicable)
•Removal of items and packaging
•Flexibility on lead times (contractors will need to provide their standard lead times and delivery times)
•Options around the turnaround times for supply of items in an emergency
•Helpdesk facility for ordering and enquiries
•Management information reporting
      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: 20,000,000       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Access code of Lot 1 is EDXT2932D4       
II.2) Description Lot No. 2
      
      II.2.1) Title: Supply of Furniture (including Soft Furnishings)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      39100000 - Furniture.
      39140000 - Domestic furniture.
      39143000 - Bedroom, dining room and living-room furniture.
      39156000 - Lounge and reception-area furniture.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Supply and installation of Furniture including Soft furnishings

Key Requirements are:
•Supply of items
•Delivery of items to locations across the geographies (available in the tender documents)
•Installation of items (where applicable)
•Removal of items and packaging
•Flexibility on lead times (contractors will need to provide their standard lead times and delivery times)
•Options around the turnaround times for supply of items in an emergency
•Helpdesk facility for ordering and enquiries
•Management information reporting
      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: 25,000,000       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Access code for Lot 2 is 659Q2TH7DE       
II.2) Description Lot No. 3
      
      II.2.1) Title: Supply and fitting of Flooring       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      39531000 - Carpets.
      39531100 - Knotted carpeting.
      39531200 - Woven carpeting.
      39531300 - Tufted carpeting.
      39531310 - Carpet tiles.
      39531400 - Carpeting.
      44112200 - Floor coverings.
      44112210 - Solid flooring.
      45431100 - Floor-tiling work.
      45432100 - Floor laying and covering work.
      45432110 - Floor-laying work.
      45432113 - Parquet flooring.
      45432114 - Wood flooring work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Supply and fitting of flooring

•Supply of items
•Delivery of items to locations across the geographies listed in the tender documents
•Installation/Fitting of items (where applicable)
•Removal of items and packaging
•Flexibility on lead times (contractors will need to provide their standard lead times and delivery times)
•Options around the turnaround times for supply of items in an emergency
•Helpdesk facility for ordering and enquiries
•Management information reporting
      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: 30,000,000       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Access code for Lot 3 is 56T89R2789       


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:          
      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.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The lot access codes are: Lot 1 - EDXT2932D4, Lot 2 - 659Q2TH7DE and Lot 3 - 56T89R2789.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.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: 6           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/08/2016 Time: 13:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 15/08/2016
         Time: 14:00
         Place:
         London
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional development units during the term of the Framework, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the Framework to be performed. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. “Social Housing Provider” for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority Website: www.tenantservicesauthority.org), Local Authorities and ALMOs. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does the Social Housing Provider in question have the automatic right to do so without permission from The Hyde Group.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=209547742
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 12/07/2016

Annex A


View any Notice Addenda

View Award Notice