By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Educational Furniture.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Commercial Services
Head Office, 1 Abbey Wood Group, Kings Hill
For the attention of: Mr Michael Smith
ME19 4YT West Malling
UNITED KINGDOM
E-mail:

Further information can be obtained from: Commercial Services
Head Office, 1 Abbey Wood Group, Kings Hill
For the attention of: Mr Michael Smith
ME19 4YT West Malling
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Commercial Services
Head Office, 1 Abbey Wood Group, Kings Hill
For the attention of: Mr Michael Smith
ME19 4YT West Malling
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: Commercial Services
Head Office, 1 Abbey Wood Group, Kings Hill
For the attention of: Mr Michael Smith
ME19 4YT West Malling
UNITED KINGDOM
E-mail:

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: yes

Kent County Council
County Hall
ME14 1XQ Maidstone
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Educational Furniture.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 8

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 7 000 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Commercial Services is one of the largest trading organisations of its kind in the UK with a turnover currently in excess of 600 000 000 GBP pa and employing over 700 people from its base in Kent. With its Education Supplies Division (KCS) set up nearly 70 years ago by Kent County Council, it has grown organically since then to supply an ever-increasing range of best value goods and services to other publicly funded organisations. These include local government, education establishments, the care sector and emergency services.
KCS is a trading unit of Commercial Services and provides a purchasing, warehousing and distribution service to a wide ranging customer base within local government and associated public bodies in Kent, neighbouring counties and across the UK.
Kent County Council (the Council) is the largest local authority in England covering an area of 3 500 km². It has an annual expenditure of over 1 000 000 000 GBP on goods and services and a population of 1 300 000. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and 289 parish/town councils.
In accordance with best procurement practice, EU and UK Procurement Directives and Regulations, KCS wishes to create a Framework Agreement (the Agreement) for the supply and delivery of Educational Furniture.
II.1.6)Common procurement vocabulary (CPV)

39160000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may 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:
This tender shall be divided into 8 (eight) LOTs, the LOTs are as follows:
LOT 1- Educational Tables (Budget)
LOT 2- Educational Tables
LOT 3- Educational Chairs (Budget)
LOT 4- Educational Chairs
LOT 5- Break Out Seating
LOT 6- Lockers
LOT 7- Storage
LOT 8- Folding Furniture
A maximum of five providers shall be awarded per lot (depending on submissions) to ensure full product coverage and to encourage competition between suppliers.
Estimated value excluding VAT:
Range: between 7 000 000 and 10 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Educational Tables (Budget)
1)Short description
Educational Tables (Budget) is split into two sub-categories:1. Non-Stacking Budget Table2. Stacking Budget Table.
2)Common procurement vocabulary (CPV)

39121200

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 1 300 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 2 Lot title: Educational Tables
1)Short description
Educational Tables is split into two sub-categories:1. Heavy Duty Table2. Flexible Table.
2)Common procurement vocabulary (CPV)

39121200

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 250 000 and 1 550 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 3 Lot title: Educational Chairs (Budget)
1)Short description
A Budget range of Education Chairs.
2)Common procurement vocabulary (CPV)

39112000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 4 Lot title: Educational Chairs
1)Short description
Educational Chairs is split into 4 sub-categories:1. 4-Leg Chair 2. Cantilever Chair 3. Skid Chair 4. One Piece.
2)Common procurement vocabulary (CPV)

39112000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 100 000 and 1 350 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 5 Lot title: Break out Seating
1)Short description
Many new school buildings provide learning spaces which can be easily re-configured to suit different teaching styles; but for buildings old and new our furniture range should include exciting modular designs which can easily adapted to how you teach each day. The purpose of this lot is to meet the needs of 21st century learning spaces.
2)Common procurement vocabulary (CPV)

39100000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 450 000 and 650 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 6 Lot title: Lockers
1)Short description
Lot for the provision of Lockers.
2)Common procurement vocabulary (CPV)

44421720

3)Quantity or scope
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 7 Lot title: Storage
1)Short description
Storage is split into 3 sub-categories:1. Mobile Storage2. Fixed Storage 3. Teaching Wall.
2)Common procurement vocabulary (CPV)

39160000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 900 000 and 2 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.
Lot No: 8 Lot title: Folding Dining Furniture
1)Short description
Lot for the provision of Folding Dining Furniture.
2)Common procurement vocabulary (CPV)

39100000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 450 000 and 650 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Tenderers may submit for one or more LOTS, each LOT will be awarded on the basis of the most economically advantageous tender according to the criteria stated within the tender documentation. Award will ensure sufficient coverage of the entire product range per LOT and as such the authority may award to one or more suppliers dependent on submissions.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 0
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
Y15018
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 5.5.2015 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.5.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
5.5.2015
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 5.5.2015 - 14:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
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

This opportunity will be completed electronically via ProContract, a site run by Due North. Interested organisations should go to www.kentbusinessportal.org.uk to register and express interest. Once you have successfully expressed interest via the portal you will be sent an email directing you to the ProContract site from which you will be able to access and download the invitation to tender documentation and any other relevant information. This email should be retained, as it will contain your direct link to the ProContract portal, for information purposes only the link is www.kentbusinessportal.org.uk/procontract/supplier.nsf DO NOT USE THIS LINK NOW.Tenderers should also note that final submissions must be made via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded.Any questions or clarifications must be submitted through the ProContract portal no later than 28.4.2015. The Contracting Authority will endeavor to answer all questions and clarification requests prior to the submission date, however those received after the 28.4.2015 may not be answered. ALL DOCUMENTS PERTAINING TO THIS OPPORTUNITY WILL BE AVAILABLE FOR DOWNLOAD VIA THE PROCONTRACT PORTAL FROM THE OUTSET. Please ensure you are able to download all files immediately after accessing the ProContract portal. Those Authorities or buying organisations that will be using the Agreement from the outset are: Commercial Services, trading as KCS, a wholly owned business of Kent County Council Other public bodies will have access to this Agreement but may only do so with the agreement of the KCS. Those organisations who may wish to access this Agreement will be members, affiliates and associates of the CBC Group, the Pro5 Group, the Police Service, the Fire Service, the NHS & NHS Trusts, third sector organisations, academic centres (including Academies), publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands and Northern Ireland. Whilst principally for use by Commercial Services, the Agreement will also be open for use by all other local authorities and public sector bodies. Full details of the classification of potential Contracting Bodies and End User's geographical areas and organisation classifications are detailed as follows: Regions in England: Main Regions:- East Midlands; West Midlands; East of England; South East; South West; North West; North East; Yorkshire & Humber; London or to individual administering Councils. See link: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htmNorthern Ireland: Administered across 26 Districts of Northern Ireland. See link:http://www.nidirect.gov.uk/local-councils-in-northern-irelandScotland: Administered across 32 Council areas. See link:http://www.cosla.gov.uk/scottish-local-governmentWales: Administered across 22 Council areas. See link:http://wales.gov.uk/topics/localgovernment/?skip=1〈=enClassification of End User Organisations http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htmEducational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education College, University. See links:http://www.schoolswebdirectory.co.uk/index.phphttp://www.ukschoolsdirectory.netwww.education.gov.uk/edubase www.hefce.ac.ukhttp://www.universitiesuk.ac.uk/aboutus/members/Pages/default.aspxPolice, Fire & Rescue & Maritime & Coastguard Agency Emergency Services: See links:http://www.police.uk/forces.htmhttp://www.fireservice.co.uk/http://www.nifrs.org/http://www.mcga.gov.uk/c4mca/mcga07-home.htmNHS Bodies, the HSC (Northern Ireland) and Ambulance Services: See links:http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspxhttp://www.hscni.net/index.php?link=trustshttp://www.show.scot.nhs.uk/organisations/index.aspxhttp://www.scottishambulance.com/AboutUs/HowWeOrganised.aspxhttp://www.wales.nhs.uk/nhswalesaboutus/structureCentral Government Departments & their Agencies: See link:http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htmRegistered Charities: See links:http://apps.charitycommission.gov.uk/showcharity/registerofcharities/RegisterHomePage.aspx http://www.oscr.org.uk/charities/search-scottish-charity-registerhttp://www.dsdni.gov.uk/index/dsd_contact_us/dsd_our_offices.htm Registered Social Landlords: Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives. See link:http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htmhttp://www.nhfdirectory.co.ukhttp://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm Scotland: Administered across 32 Council areas. See link:http://www.cosla.gov.uk/scottish-local-governmentWales: Administered across 22 Council areas. See link:http://wales.gov.uk/topics/localgovernment/?skip=1〈=en Suppliers are advised that the Contracting Authority, its affiliates and/or authorised users, reserve the right to supply the tendered products, services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Agreement period as stated in this document, for the purpose of selling to other public, private and third sector organisations. Tenderers are advised that the Contracting Authority, its affiliates and/or authorised users, reserve the right to supply the tendered products, services and or commodities to companies or organisations directly that have a majority public sector ownership or acting in a contractual capacity (i.e. Outsourced) on behalf of the accessible organisations by any of the bodies referred to in the document during the Agreement period as stated in this document.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.4.2015

Other interesting websites