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

Framework Agreement for the Supply, Delivery and Installation of Furniture, Apparatus and Equipment to Educational Establishments.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Staffordshire County Council
Staffordshire Procurement, 2 Staffordshire Place
For the attention of: Laura Kendall
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854656
E-mail:
Fax: +44 1785854660

Internet address(es):

General address of the contracting authority: www.staffordshire.gov.uk/purchasing

Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login#

Electronic access to information: https://supplierlive.proactisp2p.com/Account/Login#

Electronic submission of tenders and requests to participate: https://supplierlive.proactisp2p.com/Account/Login#

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
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

Staffordshire Schools and Academias

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework Agreement for the Supply, Delivery and Installation of Furniture, Apparatus and Equipment to Educational Establishments.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKG2

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: 3

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: 3 500 000 GBP
II.1.5)Short description of the contract or purchase(s)

The Framework Agreement is for the supply, delivery and Installation of furniture, apparatus and equipment to educational establishments which includes but is not limited to: desks, chairs, pedestals, tambour units, meeting room furniture, outdoor and 1st aid equipment on an ad hoc basis as and when required by the County Council, Schools and Academies in Staffordshire.

II.1.6)Common procurement vocabulary (CPV)

39160000, 33192000, 39130000, 39100000, 39134000, 39142000, 39150000, 39155000, 39156000, 39153000, 39162000

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:

The Framework Agreement is for the supply, delivery and Installation of furniture, apparatus and equipment to educational establishments which includes but is not limited to: desks, chairs, pedestals, tambour units, meeting room furniture, outdoor and 1st aid equipment on an ad hoc basis as and when required by the County Council, Schools and Academies in Staffordshire.

The 3 500 000 GBP value is the maximum that will be spent on this Framework.
Duration of Framework is from 1.7.2016 to 30.6.2019, with an additional option to extend by 1.7.2019 to 30.6.2020.
Estimated value excluding VAT: 3 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Duration of Framework is from 1.7.2016 to 30.6.2019, with an additional option to extend by 1.7.2019 to 30.6.2020.
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)

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:
Payments may be made following acceptance by the banking agents of the County Council.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required by the grouping of providers. The contract may be awarded to a single applicant or a consortium or individuals of a consortium but in the case of a consortium or individuals of a consortium liability will be joint and several.
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: The applicant must meet the minimum set standards of economic and financial standing to service the term and value of the contract.
Financial checks will be undertaken for economic operators using 1 or more of the Councils current financial assessors:

n2check (www.n2check.com);

Dun & Bradstreet (www.dnb.co.uk);

Experian (www.experian.co.uk).

Economic operators will be assessed according to the level of risk stipulated by the financial assessors used.
Note:
1. It is the responsibility of the economic operator to ensure that the appropriate accounts have been filed and that the credit information held is correct.
2. Should economic operators wish other financial information to be taken into account to support the economic and financial check this should be submitted with the response to the PQQ. SCC reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the assessment will be undertaken using a financial spreadsheet detailing trading account data for the last 3 years.
The organisation should hold valid insurance as required by the contract, or a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Minimum level(s) of standards possibly required: Financial checks:
Any economic operator being given an ‘Above Average/Higher than Average Risk’ rating or poorer, by 1 or more of the assessors used, may be rejected.
Insurance Levels:
Public Liability - 5 000 000 GBP;
Employers Liability - 5 000 000 GBP;
Professional Indemnity - 2 000 000 GBP.
Failure to achieve or agree to this may lead to disqualification.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see tender documents.
Minimum level(s) of standards possibly required:
Please see tender documents.
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
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:
PC614
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: 21.3.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.3.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 21.3.2016 - 12:00

Place:

SCC Offices.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: SCC Officers Only.

Section VI: Complementary information

VI.1)Information about recurrence
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

Staffordshire County Council
UNITED KINGDOM
E-mail:

Body responsible for mediation procedures

UK
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers.
The award decision process will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract/framework agreement.
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months).
The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages.
If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages.
The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Staffordshire County Council
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
15.2.2016