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

Furniture.

Contract notice

Supplies

Section I: Contracting authority

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

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)

I.2)Type of the contracting authority

I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
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
maximum number of participants to the framework agreement envisaged 18

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT: 52 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The supply and installation of Office, Catering, Residential, Bespoke Teaching Space, and IT security furniture.
II.1.6)Common procurement vocabulary (CPV)

39100000, 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

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
NEUPC has despatched this contract notice exclusively to OJEU for publication. NEUPC do not accept responsibility for third party contract notice websites.

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 GBP
II.2.2)Information about options
Options: yes
Description 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)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Office and Catering Furniture, supply and installation of
1)Short description
Supply and installation of office and catering style furniture solutions.
2)Common procurement vocabulary (CPV)

39000000, 39110000, 39120000, 39130000, 39111100, 39113000, 39121000, 39122000, 39131000, 39132000, 39134100, 39143210, 39153000, 39151000, 39156000, 39157000

3)Quantity or scope
Includes but not limited to:
- 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 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Residential furniture, design, supply and installation of
1)Short description
Supply and installation of residential style furniture solutions.
2)Common procurement vocabulary (CPV)

39000000, 39113100, 39113200, 39113300, 39121100, 39121200, 39122100, 39122200, 39134100, 39136000, 39141100, 39141200, 39141300, 39141400, 39143111, 39143112, 39143121, 39143122, 39143123, 39143210, 39143310, 39144000

3)Quantity or scope
Includes but not limited to:
- 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 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Bespoke Teaching Space Furniture
1)Short description
Design, build, supply and installation of bespoke teaching area furniture solutions.
2)Common procurement vocabulary (CPV)

39000000, 39110000, 39120000, 39130000, 39156000

3)Quantity or scope
Includes, but not limited to:
- 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 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: IT Security Furniture
1)Short description
Design, build, supply and installation of IT security style furniture solutions.
2)Common procurement vocabulary (CPV)

39000000, 39110000, 39120000, 39130000

3)Quantity or scope
Includes but not limited to:
- 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 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional 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
NEUPC reserves the right to request a parent company and/or other guarantee of performance and financial liability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Operators will only be invited to tender if they meet the following:
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.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint & 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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Included within the tender documentation.
Minimum level(s) of standards possibly required: Included within tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Included within tender documentation.
Minimum level(s) of standards possibly required
Included within tender documentation.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 36
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.
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:
F Furniture 12
IV.3.2)Previous publication(s) concerning the same contract
no
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: 25.11.2011
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.11.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.12.2011
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
IV.3.8)Conditions for opening tenders
Date: 24.1.2012

Place

https://in-tendhost.co.uk/neupc/

Persons authorised to be present at the opening of tenders yes
Mark 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

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 48 months
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

NEUPC Ltd
Leeds Innovation Centre, 103 Clarendon Road
LS2 9DF Leeds
UNITED KINGDOM
Internet address: http://neupg.procureweb.ac.uk/

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:
24.10.2011

Other interesting websites