Procurement Hub has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Procurement Hub - Domestic Appliances Framework |
Notice type: | Contract Award Notice |
Authority: | Procurement Hub |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Procurement Hub are seeking applications from qualified suppliers of domestic appliances, commercial appliances, delivery, removal and installation services and waste solutions who can provide high quality services using a customer focused approach particularly in the public sector to create a one-stop shop approach within a Domestic Appliances Framework. It is anticipated that the services will be provided by the supplier themselves and via their supply chain of subcontractors. The specific goods and services that may be procured under the Framework will be vast and wide ranging in terms of complexity, value and scope. |
Published: | 23/01/2020 11:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Places for People Group Limited
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: purchasing@placesforpeople.co.uk
Main Address: http://www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
NUTS Code: UK
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Procurement Hub - Domestic Appliances Framework
Reference number: Not Provided
II.1.2) Main CPV code:
39700000 - Domestic appliances.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Procurement Hub are seeking applications from qualified suppliers of domestic appliances, commercial appliances, delivery, removal and installation services and waste solutions who can provide high quality services using a customer focused approach particularly in the public sector to create a one-stop shop approach within a Domestic Appliances Framework.
It is anticipated that the services will be provided by the supplier themselves and via their supply chain of subcontractors. The specific goods and services that may be procured under the Framework will be vast and wide ranging in terms of complexity, value and scope.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 50,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Procurement Hub are seeking applications from qualified suppliers of domestic appliances, commercial appliances, delivery, removal and installation services and waste solutions who can provide high quality services using a customer focused approach particularly in the public sector to create a one-stop shop approach within a Domestic Appliances Framework.
It is anticipated that the services will be provided by the supplier themselves and via their supply chain of subcontractors. The specific goods and services that may be procured under the Framework will be vast and wide ranging in terms of complexity, value and scope
The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external consultants.
All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.
The maximum total value of contracts that will be awarded through this framework is £50,000,000.
The framework will be let for a period of 4 years with no option to extend.
The aim of the evaluation process is to award the contract to the Tenderers that submit the most economically advantageous Tenders.
Responses to this ITT will first be assessed to ascertain whether Applicants satisfy Procurement Hub's minimum standards as follows:
- Status of the supplier in relation to regulation 57 of the Public Contracts Regulation 2015 (SI2015 No.102)
- Provision of Conflict of Interest Information
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic and Financial Standing – the Applicant must be in a sound financial position to participate in a procurement of this size as provided for at Regulation 58 of the Public Contracts Regulations 2015. This may entail independent financial checks.
- Financial – Multiple Credit accounts / financial reporting
- Acceptance of Terms and Conditions
- Modern Slavery Act compliancy
- Insurance: Evidence the Applicant has or will be in a position to obtain the levels of insurance listed within the supporting documentation.
- National Coverage: Tenderers must confirm they can provide services on a national basis
- Confirmation that all products meet British Standards (or European equivalents)
- Confirmation of the capability to carry out all services in one visit (including delivery, connection/installation and removal of old appliance)
- Confirmation of the ability to provide the following information (where applicable) as a minimum: a) Waste Carrier License. b) Consignment Notes (including EWC Codes, Quantities, SIC Codes, Waste Hierarchy Statement and Disposal Site Address) showing full chain of custody of waste products. c) Hazardous Waste License (if a depot is being used to store waste products). d) Waste Management License / Environmental Permit for disposal site.
- Minimum Yearly Turnover of 20 million GBP (20,000,000 GBP)
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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
II.2.14) Additional information: Not Provided
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: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2019/S 152-374366
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/10/2019
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
AO Retail Limited
Unit 5a The Parklands, Lostock, Bolton, BL6 4SD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=448890991
VI.4) Procedures for review
VI.4.1) Review body
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
Tel. +44 1772897200
VI.5) Date of dispatch of this notice: 23/01/2020