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

Furniture for Educational and Non-Educational Environments.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Kent County Council
County Hall
For the attention of: Mr Michael Smith
ME14 1XQ Maidstone
United Kingdom
Telephone: +44 1622236767
E-mail:

Internet address(es):

Electronic submission of tenders and requests to participate: www.kentbusinessportal.org.uk

Further information can be obtained from: Kent County Council
County Hall
For the attention of: Mr Michael Smith
ME14 1XQ Maidstone
United Kingdom
Telephone: +44 1622236767
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Kent County Council
County Hall
For the attention of: Mr Michael Smith
ME14 1XQ Maidstone
United Kingdom
Telephone: +44 1622236767
E-mail:

Tenders or requests to participate must be sent to: Kent County Council
County Hall
For the attention of: Mr Michael Smith
ME14 1XQ Maidstone
United Kingdom
Telephone: +44 1622236767
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

KCS Furniture (Kent County Council)
1 Abbey Wood Road, Kings Hill
ME19 4YT West Malling
United Kingdom

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Furniture for Educational and Non-Educational Environments.
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: 0

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Commercial Services is 1 of the largest trading organisations of its kind in Europe with a turnover in excess of 600 000 000 GBP and employing over 700 people from its base in Kent. Tracing its roots back to 1902, as an education stores department for Kent County Council, Commercial Services has subsequently grown organically 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 the 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 square kilometres. It has an annual expenditure of circa. 1 000 0000 000 GBP on goods and services with a population of 1 500 000. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and 309 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 Furniture for Educational and Non-Educational Environments. The requirement will include but not be limited to educational furniture to meet the needs of early years primary, secondary and further education (tables, desks, seating, staging, dining, storage and teaching walls) - non-educational furniture to cover general office, reception and generic breakout areas (office desks, seating, storage, display, reception and breakout). In addition there is a requirement for design and concept innovation as well as full project work from design through to delivery and installation. The procurement process adopted by the Contracting Authority is based upon the ‘Open’ Procedure, as detailed in the ‘Public Contract Regulations 2015’.
II.1.6)Common procurement vocabulary (CPV)

39000000, 39130000, 39150000, 39160000, 39180000, 79930000

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:
Commercial Services is 1 of the largest trading organisations of its kind in Europe with a turnover in excess of 600 000 000 GBP and employing over 700 people from its base in Kent. Tracing its roots back to 1902, as an education stores department for Kent County Council, Commercial Services has subsequently grown organically 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 the 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 square kilometres. It has an annual expenditure of circa. 1 000 000 000 GBP on goods and services with a population of 1 500 000 GBP. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and 309 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 Furniture for Educational and Non-Educational Environments. The requirement will include but not be limited to educational furniture to meet the needs of early years primary, secondary and further education (tables, desks, seating, staging, dining, storage and teaching walls) - non-educational furniture to cover general office, reception and generic breakout areas (office desks, seating, storage, display, reception and breakout). In addition there is a requirement for design and concept innovation as well as full project work from design through to delivery and installation. The procurement process adopted by the Contracting Authority is based upon the ‘Open’ Procedure, as detailed in the ‘Public Contract Regulations 2015’.
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: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Design and Interior Solutions
1)Short description
To provide a design service together with interior layouts and/or solutions to meet customers brief(s) using a variety of furniture available that is sourced from KCS product ranges. The service must include presentation related documents, such as mood boards.
2)Common procurement vocabulary (CPV)

79930000, 39515100, 45430000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Furniture Hire
1)Short description
KCS will offer a furniture hire service to its customers with a varied range of products, including exam chairs and tables, banqueting products and lecture options. As well as other furniture items suppliers have available.
2)Common procurement vocabulary (CPV)

39160000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Installation
1)Short description
KCS requires a move management service for its customers, as directed to include surveying, planning, packing, unloading, storage, unpacking, positioning and the removal of all packaging. This service may also require the build (installation) of furniture items and other, such as IT equipment.
2)Common procurement vocabulary (CPV)

39000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Educational Furniture: To Cover Early Years, Primary, Secondary and Further Education
1)Short description
This Lot is divided into 5 Categories as labelled below. Tenderers may submit for all or 1 of the categories but 'must' as a minimum be able to supply the basket of goods stated as well as other ranges of similar products. Category 1 - Tables and Desks Category 2 - Seating including Soft and Breakout Category 3 - Dining and Staging Category 4 - Teaching Walls Category 5 - Storage and Cloakroom.
2)Common procurement vocabulary (CPV)

39100000, 39150000, 39160000, 39180000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Non-Educational Furniture: To Cover Office, Reception and Generic Breakout areas
1)Short description
This Lot is divided into 6 Categories as labelled below. Tenderers may submit for all or 1 of the categories but 'must' as a minimum be able to supply the basket of goods stated as well as other ranges of similar products. Category 1 - Office desks, Meeting tables and Chairs (including table and chair Sets), Category 2 - Storage, Category 3 - Breakout and Reception, Category 4 - Office Seating and Chairs Category, 5 - Display and Presentation Category, 6 - Outdoor Furniture.
2)Common procurement vocabulary (CPV)

39100000, 39130000, 39150000

3)Quantity or scope
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:
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
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:
Y16050
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.7.2016 - 14:00
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: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 21.7.2016 - 14:30
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
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:
14.6.2016