Supply, delivery and installation of furniture and associated services.
Contract notice
Supplies
Section I: Contracting authority
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: ,
Internet address(es):
General address of the contracting authority: http://gps.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
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
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 15
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:Range: between 202 500 000,00 and 275 000 000,00 GBP
The above public sector bodies have a need for the supply, delivery and installation of furniture and associated services on a national basis. Government procurement service reserves the right for an electronic auction to be held by public sector bodies during further competition among the parties to the framework agreement(s).
39100000, 50850000
Tenders may be submitted for one or more lots
The framework is segmented into the following lots:
Lot 1 - office furniture.
Lot 2 - residential furniture.
Lot 3 - high density steel storage furniture.
Lot 4 - furniture repair and renovation.
Estimated value excluding VAT:
Range: between 202 500 000,00 and 275 000 000,00 GBP
Information about lots
Lot No: 1 Lot title: Office furniture39100000, 39130000
Estimated value excluding VAT:
Range: between 160 000 000,00 and 200 000 000,00 GBP
39140000, 39143000
Estimated value excluding VAT:
Range: between 17 500 000,00 and 27 500 000,00 GBP
39000000, 39131100
Estimated value excluding VAT:
Range: between 20 000 000,00 and 35 000 000,00 GBP
50850000
Estimated value excluding VAT:
Range: between 5 000 000,00 and 12 500 000,00 GBP
Section III: Legal, economic, financial and technical information
This procurement will be managed electronically via the Government Procurement Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:
http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing .
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Government Procurement Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.For technical assistance on use of the e-Sourcing Suite please contact Government procurement service helpdesk: freephone: +44 3450103503.
Email: .
Responses must be published by the date in IV.3.4.[The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
The Contracting Authority may take into account any of the following information:(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; or
(c) Subject to the date when the economic operators business was formed or started trading and as far as such information is available, a statement covering the three previous financial years of: (i) the overall turnover of the business of the economic operator; and; (ii) where appropriate, the turnover of the business in respect of work, works, goods or services which are of a similar type to the subject matter of the framework agreement.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
The Contracting Authority may have regard to any of the following means in its assessment:(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory completion for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the Contracting Authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of goods sold and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) A statement of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) Where the goods to be sold or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Additional information about electronic auction: Government procurement service reserves the right to conduct an electronic auction at the invitation to tender (ITT) stage of this procurement. In such instances information will be provided to the Bidders as part of the ITT documentation.
Payable documents: no
Place:
Electronically, via web-based portal.
Section VI: Complementary information
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Government procurement service wishes to establish a framework agreement for use by the following UK public sector bodies (and any future successors to these organisations):
The government departments detailed in the following list are likely to use the contract which includes ‘the Ministry of Defence and its agencies, trading funds and non departmental public bodies’ as well as any other UK government department listed.
Customer list:
- Central Government Departments, Executive Agencies and NDPBs.
http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
- Public Corporations.British Broadcasting Corporation (BBC).
BNFL plc.
Export Credits Guarantee Department.
Nuclear Decommissioning Authority.
Royal Mail Group plc.
United Kingdom Atomic Energy Authority.
Urenco.
Partnerships UK.
Royal Mint.
ABRO.
Defence Aviation Repair Agency (DARA).
Defence Science and Technology Laboratory (Dstl).
Met Office.
UK Hydrographic Office.
Forensic Science Service.
NATS.
Actis Capital LLP.
CDC Group plc.
Working Links Limited.
British Waterways Authority.
Covent Garden Market Authority.
Channel 4.
The Tote.
Ordnance Survey.
QEII Conference Centre.
Northern Ireland Water.
Scottish Water.
For the avoidance of doubt, all other organisations listed in Schedule 1 to the Public Contracts Regulations 2006 (as amended) shall be entitled to access this Framework.
- Local Authorities.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG)
- NDPBs.http://www.civilservice.gov.uk/Assets/PublicBodies2009_tcm6-35808.pdf
http://www.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-toF.aspx
- National Parks Authorities.http://www.nationalparks.gov.uk/
- Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT.Independent Schools.
http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true
- Police Forces in the United Kingdom.- Fire and Rescue Services (including Scotland, Wales and Northern Ireland).
http://www.fireservice.co.uk/information/ukfrs
- NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts, Propco. (There is also a drill down to NHS Doctors making them ‘easily identifiable’).http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail:
Telephone: +44 3450103503
Internet address: http://gps.cabinetoffice.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolutions
International Dispute Resolution Centre, 70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000
Internet address: http://www.cedr.com
Fax: +44 2075366001
Government Procurement Service
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail:
Telephone: +44 3450103503
Internet address: http://gps.cabinetoffice.gov.uk