Furniture.
Contract notice
Supplies
Section I: Contracting authority
NEUPC Ltd
Leeds Innovation Centre, 103 Clarendon Road
Contact point(s): https://in-tendhost.co.uk/neupc/
For the attention of: Mark Hayter
LS2 9DF Leeds
UNITED KINGDOM
Telephone: +44 1133443957
E-mail:
Internet address(es)
General address of the contracting authority http://neupc.procureweb.ac.uk
Address of the buyer profile https://in-tendhost.co.uk/neupc/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Purchase
NUTS code UK
maximum number of participants to the framework agreement envisaged 18
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 52 000 000 GBP39100000, 39111100, 39112100, 39113100, 39113200, 39113300, 39113500, 39113600, 39121100, 39121200, 39122100, 39122200, 39131000, 39132000, 39132100, 39132500, 39133000, 39134100, 39136000, 39141100, 39141200, 39141300, 39141400, 39143111, 39143112, 39143121, 39143122, 39143123, 39143210, 39143310, 39144000, 39151300, 39151200, 39151100, 39152000, 39153100, 39156000, 39173000
Tenders may be submitted for one or more lots
The tender process will be conducted exclusively via the NEUPC In-Tend Electronic tendering portal: https://in-tendhost.co.uk/neupc/.
Framework Scope.NEUPCs existing Furniture agreements have been consistently supported, and are expected to have delivered expenditure of approximately 50 000 000 GBP over a 4 year duration by the time the agreements expire on 28.2.2012.
NEUPC is looking to establish a new framework agreement for supply and installation of furniture, categorised as Office, Catering, Residential, Bespoke teaching space, and IT security, that delivers improved pricing and service arrangements against those currently in place.
The intended outcome will be a four lot framework of furniture providers that can provide a one stop shop solution to all the scope requirements of each lot.
Lot 1 is for Office and Catering furniture.
Lot 2 is for Residential furniture.
Lot 3 is for Bespoke teaching space furniture.
Lot 4 is for IT security furniture.
There is no scope for providers to bid for segments of the scope, for example supply only or installation only, or selected items from within the scope of any lot.
The framework scope does not include the supply and installation of Laboratory furniture, Lecture theatre furniture, or re-upholstering services, for which separate framework agreements will be subsequently implemented by NEUPC.
Lot 1 will be available for use by the NEUPC members, by West Nottinghamshire College, and by Hull College. Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. Other public sector institutions joining NEUPC during the term of the agreement shall be able to access the framework.
A complete listing of the current NEUPC member institutions can be viewed at: http://neupc.procureweb.ac.uk/members.php.
Lots 2, 3 and 4 will be available for use by any member institution of the UK Higher Education Purchasing Consortia:LUPC London Universities Purchasing Consortium.
NEUPC North Eastern Universities Purchasing Consortium.
NWUPC North West Universities Purchasing Consortium.
SUPC Southern Universities Purchasing Consortium.
HEPCW Higher Education Purchasing Consortium for Wales.
APUC Advanced Procurement for Universities and Colleges (Scotland) and by Further Education institutions that are members of the Crescent Purchasing Consortium (CPC)
Membership of these communities may be subject to change due to strategic realignment or the inclusion of new members. Other public sector institutions joining any of the named consortia during the term of the agreement shall be able to access the framework.
Agreement usage.
Agreement users will call off contracts with awarded suppliers using their own further competition processes,which include, but are not limited to, direct award, competitive quotations, e-auctions, mini tenders etc.
The Pre-qualification process:
A Pre-Qualification Questionnaire (PQQ) must be completed by all economic operators wishing to participate in this tender opportunity. The evaluation criteria and weightings are explained within the PQQ Workbook. Evaluation of the PQQ returns will be undertaken by the Tender Working Group; this group consists of the NEUPC contract manager and personnel from member institutions with relevant experience.
An evaluation process will be undertaken and all PQQ submissions will be scored according to the lot(s) for which the tenderer has bid (indicated at PQQ stage).
Award intention:
Awarded suppliers will not be ranked, and will be awarded equal status on the framework.
Dependent on the number and quality of tender responses received It is envisaged that a maximum of six suppliers will be awarded to Lots 1, and 2 respectively and that an envisaged maximum of three suppliers will be awarded to Lots, 3 and 4 respectively.
Lot 1 and Lot 2 - the highest scoring six suppliers per lot will be awarded to the agreement.
Lot 3 and Lot 4 - the highest scoring three suppliers per lot will be awarded to the agreement.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 52 000 000 GBPDescription of these options: The framework agreement will operate for 3 years duration, at which time NEUPC reserves the right to invoke an extension period of one year, subject to satisfactory framework performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Number of possible renewals: 1
Information about lots
Lot No: 1 Lot title: Office and Catering Furniture, supply and installation of39000000, 39110000, 39120000, 39130000, 39111100, 39113000, 39121000, 39122000, 39131000, 39132000, 39134100, 39143210, 39153000, 39151000, 39156000, 39157000
- office desks,
- office seating,
- office desk screens,
- storage cupboards and cabinets,
- conference room table,
- conference room seating,
- breakout room casual seating,
- bistro style tables,
- bistro style seating,
- reception area furniture.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 40 000 000 GBP39000000, 39113100, 39113200, 39113300, 39121100, 39121200, 39122100, 39122200, 39134100, 39136000, 39141100, 39141200, 39141300, 39141400, 39143111, 39143112, 39143121, 39143122, 39143123, 39143210, 39143310, 39144000
- beds,
- mattresses,
- bedroom cabinetry,
- kitchen cabinetry,
- bathroom cabinetry.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 10 000 000 GBP39000000, 39110000, 39120000, 39130000, 39156000
- bespoke IT suite desk solutions,
- bespoke media wall cabinetry solutions,
- bespoke classroom cabinetry solutions,
- bespoke storage and shelving solutions,
- bespoke furniture design and manufacture services.
It is not envisaged that seating solutions will be bespoke.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 500 000 GBP39000000, 39110000, 39120000, 39130000
- IT security integrated desk solutions,
- IT security fixed and portable storage furniture solutions,
- bespoke IT security furniture solutions,
- IT security furniture design and manufacture services.
It is not envisaged that seating solutions will be for the purpose of IT security, but seating may be offered as part of a complete solution.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 500 000 GBPSection III: Legal, economic, financial and technical information
a. compliance with the mandatory requirements, as detailed in the documentation;
b. supplier technical and professional capability the technical and professional capacity and capability status available to, and track record of providing that given of, the bidder in relation to Regulations 23, 25 and 26 ofThe Public Contracts Regulations 2006 SI No 5. This includes an assessment of the totality of resources and core competencies available to the bidder, scored based on information provided at tender stage; and
c. economic and financial standing the bidder must be in a sound financial position to participate in a procurement of this size, as set out in Regulation 23, 24 and 26 of The Public Contracts Regulations 2006 SINo. This may entail independent financial checks, as detailed in the tender.
Minimum level(s) of standards possibly required: Included within tender documentation.
Included within tender documentation.
Minimum level(s) of standards possibly required
Included within tender documentation.
Objective criteria for choosing the limited number of candidates: It is envisaged that a maximum of six suppliers will be awarded to Lots 1, and 2 respectively and that an envisaged maximum of three suppliers will be awarded to Lots,3 and 4 respectively.
Dependent on the number and quality of PQQ responses received It is envisaged that a maximum of twelve suppliers will be invited to tender for Lots 1, and 2 respectively and that an envisaged maximum of six suppliers will be invited to tender for Lots, 3 and 4 respectively.
Lot 1 and Lot 2 - the highest scoring twelve suppliers per lot will be invited to tender.
Lot 3 and Lot 4 - the highest scoring six suppliers per lot will be invited to tender.
Payable documents: no
Place
https://in-tendhost.co.uk/neupc/
Persons authorised to be present at the opening of tenders yesMark Hayter - Agreement Manager, NEUPC.
Kim Larter - Head of Contracts, NEUPC.
Jonathan Turton - Contracts Manager, NEUPC.
Frank Rowell - Head of Consortium, NEUPC.
Section VI: Complementary information
Estimated timing for further notices to be published: 48 months
NEUPC Ltd
Leeds Innovation Centre, 103 Clarendon Road
LS2 9DF Leeds
UNITED KINGDOM
Internet address: http://neupg.procureweb.ac.uk/