Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Furniture 19-23 |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | This Framework Agreement is for the provision of Furniture Services and supportive goods, works & services; to be carried out within home/living, employment or community environments. The Framework Agreement may cover, but is not limited to, the following: •Manufacture and supply of products •Delivery of products •Installation, repair or replacement of products offered via the catalogues (purchase or lease) •Product recycling, disposal and re-distribution (where appropriate) |
Published: | 20/06/2019 17:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Contact: Louise Chase
Main Address: www.northern-consortium.org.uk, Address of the buyer profile: www.consortiumprocurement.org.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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./96X4W77Y5Q
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
I.4) Type of the contracting authority
Other type:: central purchasing body
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Furniture 19-23
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: SUPPLIES
II.1.4) Short description: This Framework Agreement is for the provision of Furniture Services and supportive goods, works & services; to be carried out within home/living, employment or community environments.
The Framework Agreement may cover, but is not limited to, the following:
•Manufacture and supply of products
•Delivery of products
•Installation, repair or replacement of products offered via the catalogues (purchase or lease)
•Product recycling, disposal and re-distribution (where appropriate)
II.1.5) Estimated total value:
Value excluding VAT: 150,000,000
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: Members may call off for one or a combination of lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: LOT 1 PURCHASE & INSTALLATION OF OFFICE, HOME AND SPECIALIST FURNITURE
Lot No: Lot 1
II.2.2) Additional CPV codes:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
39100000 - Furniture.
39130000 - Office furniture.
39134000 - Computer furniture.
39140000 - Domestic furniture.
39141000 - Kitchen furniture and equipment.
39142000 - Garden furniture.
39143000 - Bedroom, dining room and living-room furniture.
39143100 - Bedroom furniture.
39143120 - Bedroom furniture, other than beds and bedding.
39143200 - Dining-room furniture.
39143300 - Living-room furniture.
39144000 - Bathroom furniture.
39150000 - Miscellaneous furniture and equipment.
39151000 - Miscellaneous furniture.
39156000 - Lounge and reception-area furniture.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Consortium seek tender responses from Bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include:
Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to:
•Desks e.g. with or without a swivel arm attachment.
•Chairs
•Filing cabinets
•Room /desk partitions
•Cupboards
Home: These are products that are designed for use in residential properties. Likely to include, but are not limited to:
•Kitchen electrical appliances e.g. kettle, toaster, microwave etc.
•White goods e.g. washer, dryer, fridge/freezer, dishwasher etc.
•Household electrical appliances e.g. irons, ironing boards, fans/heater, lamps etc.
•Cookers/ovens
•Bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes etc.
Specialist/Communal Areas: These are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to:
•Wipeable chairs
•Riser chairs
•Non-slip mats/rugs
•Wheeled trolleys/tables
•Medical cabinets etc.
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: 75,000,000
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/96X4W77Y5Q
II.2) Description Lot No. 2
II.2.1) Title: LOT 2 LEASE & INSTALLATION OF OFFICE, HOME AND SPECIALIST FURNITURE
Lot No: Lot 2
II.2.2) Additional CPV codes:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
39100000 - Furniture.
39130000 - Office furniture.
39134000 - Computer furniture.
39140000 - Domestic furniture.
39141000 - Kitchen furniture and equipment.
39142000 - Garden furniture.
39143000 - Bedroom, dining room and living-room furniture.
39143100 - Bedroom furniture.
39143120 - Bedroom furniture, other than beds and bedding.
39143200 - Dining-room furniture.
39143300 - Living-room furniture.
39144000 - Bathroom furniture.
39150000 - Miscellaneous furniture and equipment.
39151000 - Miscellaneous furniture.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Consortium seek tender responses from Bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents (and provide a lease option to Members) of the following outputs:
Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to:
•Desks e.g. with or without a swivel arm attachment.
•Chairs
•Filing cabinets
•Room /desk partitions
•Cupboards
Home: These are products that are designed for use in residential properties. Likely to include, but are not limited to:
•Kitchen electrical appliances e.g. kettle, toaster, microwave etc.
•White goods e.g. washer, dryer, fridge/freezer, dishwasher etc.
•Household electrical appliances e.g. irons, ironing boards, fans/heater, lamps etc.
•Cookers/ovens
•Bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes etc.
Specialist/Communal Areas: These are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to:
•Wipeable chairs
•Riser chairs
•Non-slip mats/rugs
•Wheeled trolleys/tables
•Medical cabinets etc.
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: 75,000,000
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: Not provided
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:
Not Provided
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.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
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:
Not Provided
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: 31/07/2019 Time: 12:00
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): 4
IV.2.7) Conditions for opening of tenders:
Date: 31/07/2019
Time: 12:00
Place:
Sunderland
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 Yes
Electronic invoicing will be accepted Yes
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.The Contracting Authority considers that this contract may be suitable for economic operators that are Small orMedium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./96X4W77Y5Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/96X4W77Y5Q
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3
Sunderland, SR5 3XB, United Kingdom
VI.4.2) Body responsible for mediation procedures:
See VI.4.3
Sunderland, SR4 6DJ, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.
The court may extend the time limit for starting proceedings where the court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
See VI.4.3
, 4 Gladstone Road, Sunderland, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 20/06/2019
Annex A