Kirklees Metropolitan Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | FRAMEWORK FOR SUPPLY OF FURNITURE, SOFT FURNISHINGS, APPLIANCES AND THE PROVISION OF STORAGE AND STOCK MANAGEMENT IN CONNECTION WITH A FURNITURE PACK RENTAL SCHEME |
Notice type: | Contract Notice |
Authority: | Kirklees Metropolitan Council |
Nature of contract: | Supplies |
Procedure: | Negotiated |
Short Description: | The Council of the Borough of Kirklees (the ‘Council’) is the local housing authority for Kirklees and holds a stock of properties of around twenty-two thousand eight hundred (22,800) which are managed by Kirklees Neighbourhood Housing Limited (“KNH”) (a wholly Council owned arm’s length management organisation formed in 2002). The Young People’s Tenancies Team within KNH manages Council tenancies held by sixteen to eighteen (16-18) year olds. The Council is looking for a customer focused one-stop shop to provide goods and ancillary services so that it can offer a rentable furniture pack to its young clients. The Council is looking for a responsive, prompt order and delivery service as well as a stock management service when required. There will between eighty(80) and one hundred and ten (110) new tenancies per annum and the Council is seeking a two (2) year framework contract with the option to extend for up to two (2) further periods of one (1) year each. Terms defined in the Framework Agreement shall where used in this Specification bear the same meanings unless the context otherwise requires. The core inventory per property is: • Electric cooker • Fridge freezer OR fridge with ice box (dependent on kitchen layout) • Washing Machine • Carpets for lounge, bedroom and hall • Vinyl flooring for kitchen and bathroom • Curtains OR voile to lounge and bedroom (including curtain tracks or hanging wire) • Double Bed (metal frame and mattress) These items will generally be ordered as a package, but individual items may also be ordered, for example as replacements. There will also be some occasions when other items will be required as follows: • Highchair • Single Wardrobe • 2 seater Sofa • Beanbag These items will not be required as a package. For further details, please refer to Part 2 of Schedule 1 of the Tender Documents (‘Project Brief & Specification’). |
Published: | 29/01/2014 16:46 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees
c/o Kirklees Neighbourhood Housing, Perseverance House, St Andrews Road, Huddersfield, HD1 6RZ, United Kingdom
Tel. +44 1484416721, Email: susan.greenwood@knh.org.uk, URL: https://www.kirklees.gov.uk
Attn: Susan Greenwood
Electronic Access URL: https://www.YORtender.co.uk
Electronic Submission URL: https://www.YORtender.co.uk/procontracts/supplier/nsf
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:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: FRAMEWORK FOR SUPPLY OF FURNITURE, SOFT FURNISHINGS, APPLIANCES AND THE PROVISION OF STORAGE AND STOCK MANAGEMENT IN CONNECTION WITH A FURNITURE PACK RENTAL SCHEME
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
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 a single operator
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 560,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Furniture. Furnishing. Kitchen equipment, household and domestic items and catering supplies. Textile articles. Carpets, mats and rugs. Carpets. Domestic appliances. Electrical domestic appliances. Domestic furniture. Bedroom, dining room and living-room furniture. Bedroom furniture. Beds and bedding and specialist soft furnishings. Bedroom furniture, other than beds and bedding. Living-room furniture. The Council of the Borough of Kirklees (the ‘Council’) is the local housing authority for Kirklees and holds a stock of properties of around twenty-two thousand eight hundred (22,800) which are managed by Kirklees Neighbourhood Housing Limited (“KNH”) (a wholly Council owned arm’s length management organisation formed in 2002).
The Young People’s Tenancies Team within KNH manages Council tenancies held by sixteen to eighteen (16-18) year olds.
The Council is looking for a customer focused one-stop shop to provide goods and ancillary services so that it can offer a rentable furniture pack to its young clients. The Council is looking for a responsive, prompt order and delivery service as well as a stock management service when required.
There will between eighty(80) and one hundred and ten (110) new tenancies per annum and the Council is seeking a two (2) year framework contract with the option to extend for up to two (2) further periods of one (1) year each. Terms defined in the Framework Agreement shall where used in this Specification bear the same meanings unless the context otherwise requires.
The core inventory per property is:
• Electric cooker
• Fridge freezer OR fridge with ice box (dependent on kitchen layout)
• Washing Machine
• Carpets for lounge, bedroom and hall
• Vinyl flooring for kitchen and bathroom
• Curtains OR voile to lounge and bedroom (including curtain tracks or hanging wire)
• Double Bed (metal frame and mattress)
These items will generally be ordered as a package, but individual items may also be ordered, for example as replacements.
There will also be some occasions when other items will be required as follows:
• Highchair
• Single Wardrobe
• 2 seater Sofa
• Beanbag
These items will not be required as a package.
For further details, please refer to Part 2 of Schedule 1 of the Tender Documents (‘Project Brief & Specification’).
II.1.6)Common Procurement Vocabulary:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
39100000 - Furniture.
39200000 - Furnishing.
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39500000 - Textile articles.
39530000 - Carpets, mats and rugs.
39531000 - Carpets.
39700000 - Domestic appliances.
39710000 - Electrical domestic appliances.
39140000 - Domestic furniture.
39143000 - Bedroom, dining room and living-room furniture.
39143100 - Bedroom furniture.
39143110 - Beds and bedding and specialist soft furnishings.
39143120 - Bedroom furniture, other than beds and bedding.
39143300 - Living-room furniture.
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: No
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:
Five hundred and sixty thousand Pounds Sterling (£560,000.00)
II.2.2)Options: Yes
If yes, description of these options: The Council shall have the option of extending the Framework Agreement up to a maximum of two (2) x further twelve (12) month periods beyond the initial two (2) year Contract Period.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to be made in accordance with Clause 15 of the Form of Framework Agreement contained within the Tender Documents (Ref KMCKNH-027), including payment within thirty (30) days receipt of a valid invoice, as adjusted by all additions and deductions authorised by this Agreement .
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes 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 Council requires all Applicants to demonstrate how they will ensure all members of their company who will come into contact with the recipients of this Service are informed, trained and screened appropriately work with the group of people intended within this Framework Agreement under the Disclosure and Barring Service (DBS) (see the Form of Framework Agreement (Clause 5.7) and the Tender Documents (ref. KMCKNH-027; Appendix A ('Business Questionnaire); Section C).
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
all Applicants must supply the most recent two (2) years’ full (non-abbreviated) accounts.
Failure to supply requested accounts may result in exclusion.
Responses to this Section B of the Business Questionnaire shall be primarily for information purposes only. HOWEVER, any answers which leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the Framework Agreement) that it would be inappropriate to select the Applicant on this occasion will result in exclusion.
IN ADDITION, notwithstanding any information you provide in response to this Sections, the Council reserves the right to carry out any additional financial vetting it sees fit. If this additional vetting leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the Framework Agreement) that it would be inappropriate to select the Applicant on this occasion, this may result in exclusion.
If the Applicant has indicated in their response to Question B3 of the Business Questionnaire that their parent or holding company is prepared to guarantee the performance of their Company, the information provided in response to this Section will be used in the financial assessment of the Applicant for scoring of Section B.
This section carries 30 of the 100 marks available to pass the Business Questionnaire. The Council reserves the right to refuse to consider the Applicant’s application and to exclude its tender from evaluation if the Applicant’s submitted Business Questionnaire achieves an overall score of less than fifty per cent (50%) of the maximum available score (i.e. less than fifty (50) marks out of the total 100 marks available).
Also, further to Section D of the Council’s Business Questionnaire, all Applicants must demonstrate that they meet the Council’s minimum insurance requirements for this Framework Agreement:
Council minimum insurance requirements.
Public Liability £5,000,000 in respect of any one claim or series of claims arising out of any one incident
Employers Liability £10,000,000 in respect of any one claim or series of claims arising out of any one incident
Motor Vehicle Insurance (Third Party Property) £5,000,000 for any occurrences arising out of each and every event
Applicants are also required to provide details of any claims in excess of £50,000 been made under their Employers, Public or Professional indemnity policy within the last three (3) years.
If an Applicant does not currently comply with the minimum requirements set out in Section D, they must do so, at no extra cost to the Council(s), and provide evidence to the Council’s satisfaction before the Framework Agreement can be awarded to them by the Council.
Failure to indicate “Yes” to Question D1 (against each of the types of insurance) in the event the Company’s insurances do not meet the Council’s minimum requirements may result in exclusion.
Responses to Question D2 are for information only. HOWEVER any claim or claims indicated without a satisfactory explanation may result in exclusion if the Council, acting reasonably, concludes (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the contract) that it would be inappropriate to select the Applicant on this occasion.
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
Technical capacity is to be measured via the six (6) questions set out in Section E of the Council’s Business Questionnaire (see Appendix A of the Tender Documents).
Responses to E1 (Main Business Activities), E2 (Similar Contracts completed) and E3 (references) will each be scored:
2 or more relevant examples (matching client requirement) = 5
1 relevant examples (matching client requirement) = 3
Poor examples or no relevant examples provided = 0
E3 If the Council receives no references, or, if any information obtained from referees leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant’s ability to properly perform the contract) that it would be inappropriate to select the Applicant on this occasion, then the Council reserves the right to exclude the Applicant
E4 No penalties, damages, terminations, non-renewals or withdrawals = 5
Penalties, damages, terminations, non-renewals or withdrawals applied with satisfactory explanation = 3
Penalties, damages, terminations, non-renewals or withdrawals applied without satisfactory explanation = 0
E5 More than adequate capacity = 5
Adequate capacity = 3
Inadequate capacity = 0
E6 No, or Yes with adequate explanation = 5
Yes with inadequate or no explanation = 0
This section carries 40 of the 100 marks available to pass the business questionnaire. The Council reserves the right to refuse to consider the Applicant’s application and to exclude its tender from evaluation if the Applicant’s submitted Business Questionnaire achieves an overall score of less than fifty per cent (50%) of the maximum available score (i.e. less than fifty (50) marks out of the total 100 marks available).
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Not Provided
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Price - 60
Quality - 40
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: KMCKNH-027
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 09/03/2014
Time-limit for receipt of requests for documents or for accessing documents: 13:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/03/2014
Time: 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
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: 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 Council considers that this Framework Agreement may be suitable for economic operators that are small or medium enterprises (SME's).
However, any selection of tenders will be based solely on the Selection Criteria set out within the Business Questionnaire for this procurement (see Appendix A of the Council's Tender Documents (Ref KMCKNH-027), and the Framework Agreement will be awarded on the basis of the most economically advantageous tender subject to the Award Criteria detailed more fully in:
• Section D, Part 1 of Schedule 1 of the Council’s Tender Documents (Ref. KMCKNH-027);
AND
• Appendix C of the Tender Documents (‘the Response Document’).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=87350843
GO-2014129-PRO-5423153 TKR-2014129-PRO-5423152
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: In accordance with Regulation 32 (information about contract award procedures), Regulation 32A (Standstill Period) and Part 9 (Application to Court) of the Public Contracts regulations 2006
VI.4.3)Service from which information about the lodging of appeals may be obtained:
The Council of the Borough of Kirklees
Legal and Governance, Second Floor, High Street Buidlings, Huddersfield, HD1 2ND, United Kingdom
Tel. +44 1484221000
VI.5) Date Of Dispatch Of This Notice: 29/01/2014
ANNEX A
View any Notice Addenda
FRAMEWORK FOR SUPPLY OF FURNITURE, SOFT FURNISHINGS, APPLIANCES AND THE PROVISION OF STORAGE AND STOCK MANAGEMENT IN CONNECTION WITH A FURNITURE PACK RENTAL SCHEME
UK-Huddersfield: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
Section I: Contracting Authority
Title: UK-Huddersfield: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
I.1)Name, Addresses And Contact Point(s)
The Council of the Borough of Kirklees
c/o Kirklees Neighbourhood Housing, Perseverance House, St Andrews Road, Huddersfield, HD1 6RZ, United Kingdom
Tel. +44 1484416721, Email: susan.greenwood@knh.org.uk, URL: https://www.kirklees.gov.uk
Attn: Susan Greenwood
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: FRAMEWORK FOR SUPPLY OF FURNITURE, SOFT FURNISHINGS, APPLIANCES AND THE PROVISION OF STORAGE AND STOCK MANAGEMENT IN CONNECTION WITH A FURNITURE PACK RENTAL SCHEME
II.1.2)Short description of the contract or purchase:
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Furniture. Furnishing. Kitchen equipment, household and domestic items and catering supplies. Textile articles. Carpets, mats and rugs. Carpets. Domestic appliances. Electrical domestic appliances. Domestic furniture. Bedroom, dining room and living-room furniture. Bedroom furniture. Beds and bedding and specialist soft furnishings. Bedroom furniture, other than beds and bedding. Living-room furniture. The Council of the Borough of Kirklees (the ‘Council’) is the local housing authority for Kirklees and holds a stock of properties of around twenty-two thousand eight hundred (22,800) which are managed by Kirklees Neighbourhood Housing Limited (“KNH”) (a wholly Council owned arm’s length management organisation formed in 2002).The Young People’s Tenancies Team within KNH manages Council tenancies held by sixteen to eighteen (16-18) year olds. The Council is looking for a customer focused one-stop shop to provide goods and ancillary services so that it can offer a rentable furniture pack to its young clients. The Council is looking for a responsive, prompt order and delivery service as well as a stock management service when required.There will between eighty(80) and one hundred and ten (110) new tenancies per annum and the Council is seeking a two (2) year framework contract with the option to extend for up to two (2) further periods of one (1) year each. Terms defined in the Framework Agreement shall where used in this Specification bear the same meanings unless the context otherwise requires.The core inventory per property is:•Electric cooker•Fridge freezer OR fridge with ice box (dependent on kitchen layout)•Washing Machine•Carpets for lounge, bedroom and hall•Vinyl flooring for kitchen and bathroom•Curtains OR voile to lounge and bedroom (including curtain tracks or hanging wire)•Double Bed (metal frame and mattress)These items will generally be ordered as a package, but individual items may also be ordered, for example as replacements.There will also be some occasions when other items will be required as follows:•Highchair•Single Wardrobe•2 seater Sofa•BeanbagThese items will not be required as a package.For further details, please refer to Part 2 of Schedule 1 of the Tender Documents (‘Project Brief & Specification’).
II.1.3)Common procurement vocabulary:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
39100000 - Furniture.
39200000 - Furnishing.
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39500000 - Textile articles.
39530000 - Carpets, mats and rugs.
39531000 - Carpets.
39700000 - Domestic appliances.
39710000 - Electrical domestic appliances.
39140000 - Domestic furniture.
39143000 - Bedroom, dining room and living-room furniture.
39143100 - Bedroom furniture.
39143110 - Beds and bedding and specialist soft furnishings.
39143120 - Bedroom furniture, other than beds and bedding.
39143300 - Living-room furniture.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: KMCKNH-027
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2014 - 134525
IV.2.3)Notice to which this publication refers
Notice number in OJ: 2014/S 23 - 35727 of 29/01/2014
IV.2.4)Date of dispatch of the original Notice: 23/04/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Publication on TED not compliant with original information provided by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: Information relating to contract notice
Instead of:
Read: 2014/s 023-035727 of 29/01/2014
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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, and the contract will be awarded on the basis of the most economically advantageous tender.The Council considers that this Framework Agreement may be suitable for economic operators that are small or medium enterprises (SME's).However, any selection of tenders will be based solely on the Selection Criteria set out within the Business Questionnaire for this procurement (see Appendix A of the Council's Tender Documents (Ref KMCKNH-027), and the Framework Agreement will be awarded on the basis of the most economically advantageous tender subject to the Award Criteria detailed more fully in:•Section D, Part 1 of Schedule 1 of the Council’s Tender Documents (Ref. KMCKNH-027);AND •Appendix C of the Tender Documents (‘the Response Document’).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=112432740
GO-201499-PRO-5989573 TKR-201499-PRO-5989572
VI.5)Date of dispatch: 09/09/2014
View Award Notice
Section I: Contracting Authority
Title: UK-Huddersfield: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
I.1)Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees
c/o Kirklees Neighbourhood Housing, Perseverance House, St Andrews Road, Huddersfield, HD1 6RZ, United Kingdom
Tel. +44 1484416721, Email: susan.greenwood@knh.org.uk, URL: https://www.kirklees.gov.uk
Attn: Susan Greenwood
Electronic Access URL: https://www.YORtender.co.uk
Electronic Submission URL: https://www.YORtender.co.uk/procontracts/supplier/nsf
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
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: FRAMEWORK FOR SUPPLY OF FURNITURE, SOFT FURNISHINGS, APPLIANCES AND THE PROVISION OF STORAGE AND STOCK MANAGEMENT IN CONNECTION WITH A FURNITURE PACK RENTAL SCHEME
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
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):
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Furniture. Furnishing. Kitchen equipment, household and domestic items and catering supplies. Textile articles. Carpets, mats and rugs. Carpets. Domestic appliances. Electrical domestic appliances. Domestic furniture. Bedroom, dining room and living-room furniture. Bedroom furniture. Beds and bedding and specialist soft furnishings. Bedroom furniture, other than beds and bedding. Living-room furniture. The Council of the Borough of Kirklees (the ‘Council’) is the local housing authority for Kirklees and holds a stock of properties of around twenty-two thousand eight hundred (22,800) which are managed by Kirklees Neighbourhood Housing Limited (“KNH”) (a wholly Council owned arm’s length management organisation formed in 2002).
The Young People’s Tenancies Team within KNH manages Council tenancies held by sixteen to eighteen (16-18) year olds.
The Council is looking for a customer focused one-stop shop to provide goods and ancillary services so that it can offer a rentable furniture pack to its young clients. The Council is looking for a responsive, prompt order and delivery service as well as a stock management service when required.
There will between eighty(80) and one hundred and ten (110) new tenancies per annum and the Council is seeking a two (2) year framework contract with the option to extend for up to two (2) further periods of one (1) year each. Terms defined in the Framework Agreement shall where used in this Specification bear the same meanings unless the context otherwise requires.
The core inventory per property is:
• Electric cooker
• Fridge freezer OR fridge with ice box (dependent on kitchen layout)
• Washing Machine
• Carpets for lounge, bedroom and hall
• Vinyl flooring for kitchen and bathroom
• Curtains OR voile to lounge and bedroom (including curtain tracks or hanging wire)
• Double Bed (metal frame and mattress)
These items will generally be ordered as a package, but individual items may also be ordered, for example as replacements.
There will also be some occasions when other items will be required as follows:
• Highchair
• Single Wardrobe
• 2 seater Sofa
• Beanbag
These items will not be required as a package.
For further details, please refer to Part 2 of Schedule 1 of the Tender Documents (‘Project Brief & Specification’).
II.1.5)Common procurement vocabulary:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
39100000 - Furniture.
39200000 - Furnishing.
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39500000 - Textile articles.
39530000 - Carpets, mats and rugs.
39531000 - Carpets.
39700000 - Domestic appliances.
39710000 - Electrical domestic appliances.
39140000 - Domestic furniture.
39143000 - Bedroom, dining room and living-room furniture.
39143100 - Bedroom furniture.
39143110 - Beds and bedding and specialist soft furnishings.
39143120 - Bedroom furniture, other than beds and bedding.
39143300 - Living-room furniture.
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
Quality - 40
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: KMCKNH-027
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 28/03/2014
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: The Furnishings 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
Initial estimated total value of the contract
Value: 560,000
Currency: GBP
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:
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 Council considers that this Framework Agreement may be suitable for economic operators that are small or medium enterprises (SME's).
However, any selection of tenders will be based solely on the Selection Criteria set out within the Business Questionnaire for this procurement (see Appendix A of the Council's Tender Documents (Ref KMCKNH-027), and the Framework Agreement will be awarded on the basis of the most economically advantageous tender subject to the Award Criteria detailed more fully in:
• Section D, Part 1 of Schedule 1 of the Council’s Tender Documents (Ref. KMCKNH-027);
AND
• Appendix C of the Tender Documents (‘the Response Document’).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96620280
GO-2014423-PRO-5624931 TKR-2014423-PRO-5624930
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: In accordance with Regulation 32 (information about contract award procedures), Regulation 32A (Standstill Period) and Part 9 (Application to Court) of the Public Contracts regulations 2006
VI.3.3)Service from which information about the lodging of appeals may be obtained:
The Council of the Borough of Kirklees
Legal and Governance, Second Floor, High Street Buidlings, Huddersfield, HD1 2ND, United Kingdom
Tel. +44 1484221000
VI.4)Date Of Dispatch Of This Notice: 23/04/2014