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

‘Furniture for Challenging Environments and Related Multi-Sensory Equipment’.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
Contact point(s): NUTS Code UKE4
For the attention of: Kate Cook
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 7920565850
E-mail:
Fax: +44 1924328744

Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/

Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Health
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 for Challenging Environments and Related Multi-Sensory Equipment’.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: ‘Various locations in UK
’.

NUTS code UK,UKE4

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: 14

Duration of the framework agreement

Duration in years: 2

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

Estimated value excluding VAT:
Range: between 22 000 000 and 26 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Framework Agreement is for the supply of Furniture for Challenging Environments and Related Multi-Sensory Equipment it will be split into 2 Lots:
Lot 1: Furniture for Challenging Environments - This Lot aims to offer furniture for the following environments: Organic Mental Health Environments; Non-Secure Neuropsychiatry & Acquired Brain Injury Units; Residential Recovery Services; Addiction Services; Functional Older-Peoples Services; In-Patient Recovery & Rehabilitation; Crises Houses; Day Treatment Centres; Non-Secure Acquired Brain Injury Units; Locked Rehabilitation; Acute Adult Wards; Psychiatric Intensive Care Units; Low-Secure Units; Medium-Secure Units; Challenging Behaviours; Learning Disabilities; and Electro-Convulsive Therapy. Furniture will include but not limited to single seater chairs 2 seater settees 3 seater settees arm chairs tub chairs high back chairs dining room chairs dining room tables occasional tables wardrobes chest of drawers bedside cabinets and box base beds.
Lot 2 - Multi-Sensory Equipment - This Lot aims to offer Multi-Sensory Equipment this will include but not limited to Bubble Tubes Bubble Screens LED Projectors Infinity Tunnels LED Fibre Optic Light Source Tactile Panel and Media Panel.
This Framework Agreement is for 2 years with the option to extend on one or more occasion for up to a total of 24 months (such option to be exercised at NHS Supply Chain's sole discretion (however for the avoidance of doubt NHS Supply Chain shall be under no obligation to exercise such option).
II.1.6)Common procurement vocabulary (CPV)

39100000, 39112000, 39112100, 39113000, 39113100, 39120000, 39113200, 39114100, 39113600, 39121200, 39113700, 39122000, 39143123, 39143000, 33190000, 39143100, 33196100, 39143113, 33196200, 32560000

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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 5 500 000 GBP to 6 500 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure’.
Estimated value excluding VAT:
Range: between 22 000 000 and 26 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: ‘This Framework Agreement will have the option to extend for a maximum of 24 months in addition to the initial two year period upon review ’.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Furniture for Challenging Environments
1)Short description
This Lot aims to offer Furniture for the following environments: Organic Mental Health Environments; Non-Secure Neuropsychiatry and Acquired Brain Injury Units; Residential Recovery Services; Addiction Services; Functional Older-Peoples Services; In-Patient Recovery and Rehabilitation; Crises Houses; Day Treatment Centres; Non-Secure Acquired Brain Injury Units; Locked Rehabilitation; Acute Adult Wards; Psychiatric Intensive Care Units; Low-Secure Units; Medium-Secure Units; Challenging Behaviours; Learning Disabilities; and Electro-Convulsive Therapy. Furniture will include but not limited to single seater chairs, 2 seater settees, 3 seater settees, arm chairs, tub chairs, high back chairs, dining room chairs, dining room tables, occasional tables, wardrobes, chest of drawers, bedside cabinets and box base beds.
2)Common procurement vocabulary (CPV)

39100000, 39112000, 39112100, 39113000, 39113100, 39113200, 39113600, 39113700, 39120000, 39114100, 39121200, 39122000, 39143000, 39143100, 39143113, 39143123

3)Quantity or scope
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 5 100 000 GBP to 6 000 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.
This lot comprises of thirteen product lines and it is anticipated that approximately 10 Applicants will be appointed However NHS Supply Chain reserve the right to appoint a greater or lesser number in accordance with the tender evaluation process’.
Estimated value excluding VAT:
Range: between 20 400 000 and 24 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
‘NUTS Code: UK’.
Lot No: 2 Lot title: Multi-Sensory Equipment
1)Short description
This Lot aims to offer Multi-Sensory Equipment this will include but not limited to Bubble Tubes, Bubble Screens, LED Projectors, Infinity Tunnels, LED Fibre Optic Light Source, Tactile Panel and Media Panel.
2)Common procurement vocabulary (CPV)

39100000, 33190000, 33196100, 33196200, 32560000

3)Quantity or scope
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 400 000 GBP to 500 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.
This lot comprises of thirteen product lines and it is anticipated that approximately 4 Applicants will be appointed. However NHS Supply Chain reserve the right to appoint a greater or lesser number in accordance with the tender evaluation process’.
Estimated value excluding VAT:
Range: between 1 600 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
‘NUTS Code: UK’.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
‘Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents’.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
‘Please see tender documents’.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
‘The Contracting Authority reserves the right to require groupings of entities to take a particular form or to require 1 party to undertake primary legal liability or to require that each party undertakes joint and several liability’.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: ‘The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct’.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: ‘Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/ISS/

Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration:
1.

Use URL http://procurement.supplychain.nhs.uk/ISS to access the NHS Supply Chain Procurement portal.

2.
If not yet registered:
- Click on the "Not Registered Yet” link to access the registration page.
- Complete the registration pages as guided by the mini guide found on the landing page.
Portal access:
If registration has been completed:

- Login with URL http://procurement.supplychain.nhs.uk/ISS

- Click on the "Supplier Dashboard” icon to open the list of new procurement events.
Expression of interest:
- View Contract Notice content by clicking on the "View notice” button for the procurement event. This opens a PDF document.
- Express an interest by clicking on the "Express interest” button.
- To start the response process after the expression of interest has been done select the "My Active Opportunities” option and click on the "Apply” button.
- Select the procurement event from the list by clicking on the description
- In the detail view click on the orange coloured "Framework Agreement” button to start responding to the tender.
Tender response:
Header level requirements: Applicants are required to read all Framework Header Documents which can be accessed using the "NHS SC Header documents” button which is located in the "Select framework” tab.
Applicants are required to upload the documents (further details are available in Section 8 of the ITT)using the "Supplier header documents” button which is located in the "Select framework” tab.
The "Framework questionnaire” tab has no requirement for completion in this Tender
Lot level requirements: a preview of the Lot line details can be viewed using the "Lot header” tab by selecting the Lot and using the "Lot line information” button. In order to respond to a Lot Applicants must select the relevant Lot and then use the "Express intent” button. This expression of intent does not place any obligation on the Applicant to respond the action unlocks the ability to respond.
The "Supplier lot documents” button in each of the "Lot header” tabs has no requirement for completion in this Tender
Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wants to include in the bid using the "Lot line detail” tab.
Applicants are required to answer all mandatory Lot specific questions found in the "Lot evaluation criteria” tab
The "Lot questionnaire” tab has no requirement for completion in this tender.
Applicants are then required to click on the "Terms and conditions” button in the "Submit individual lot response(s)” tab to view and accept the ISS Terms and Conditions.
Finally Applicants are required to click on the "SUbmit response to selected lot” button in the "Submit individual lot response(s)” tab to submit their response for the Lot.
The actions detailed above must be repeated for each individual Lot an Applicant wishes to respond to.
Applicants are able to view their submission using the "Supplier submission report” button found in the "Submit individual lot response(s)” tab. If the Applicant wishes to update their response before the Tender Closing Date and Time is reached it can do so by amending the response and resubmitting following the instructions above. Only the latest submission will be available to NHS Supply Chain after the Tender Closing Date’.
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
III.3.2)Staff responsible for the execution of the service

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
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
29.3.2016 - 15:00
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: 200 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 9.2.2016 - 9:00

Place:

As in above mentioned I.1).

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: ‘Only the NHS Supply Chain contract owner or delegate’.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
‘Please note that the maximum number of suppliers as set out in II.1.4) is an estimate only. Tenderers should refer to section 9 of the Invitation to Tender for details of the scoring process to be used to assess the suppliers to be appointed to the Framework Agreement. NHS Supply Chain reserves the right to appoint more suppliers to the Framework Agreement in the event that more than 14 reach the minimum score for appointment which is set out in the ITT.
The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing value added offerings and commitment/bulk buy initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
Tenderers should note that for Lot 1 all Applicants whose tender submission on a Lot basis meets or exceeds a hurdle of 50 % will be appointed onto the Framework Agreement for Lot 1. Please note It is a mandatory requirement that Applicants tender for all 22 product lines within Lot 1 and failure to tender for all 22 lines will result in an Applicants tender submission for that specific Lot not being evaluated. For Lot 2 all Applicants whose tender submission on a Product Line by Product Line basis meets or exceeds a hurdle of 50 % will be appointed onto the Framework Agreement for that Product Line.
The Framework Agreement will be between NHS Supply Chain and the Supplier however
1) NHS Supply Chain;
2) any NHS Trust;
3) any other NHS entity;
4) any government department agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework Agreement.
The Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it) to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.

All communications must be made through NHS Supply Chain's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice’.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Not Applicable

Body responsible for mediation procedures

Not Applicable

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: ‘Appeals to be lodged in accordance with the Public Contracts Regulations 2015’.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.2.2016