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

NW1095 Supply of Office Furniture and Chairs.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

Northumbrian Water Ltd
Northumbrian Water Limited, Boldon House, Wheatlands Way, Pity Me
Contact point(s): Procurement
For the attention of: Laura McMain
DH1 5FA Durham
UNITED KINGDOM
Telephone: +44 1913016102
E-mail:
Fax: +44 1913016269

Internet address(es):

General address of the contracting entity: www.nwl.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for 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)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
NW1095 Supply of Office Furniture and Chairs.
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: Including but not limited to the Northumbrian Water Ltd operating area in the North East England, and Essex and Suffolk operating areas in the South East of England.

NUTS code UKC14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
A contract is required for the supply, distribution and installation of office furniture incorporating desks, pedestals and screens and an additional contract will be required for chairs.
II.1.6)Common procurement vocabulary (CPV)

39110000, 39130000, 39120000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about 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:
Chairs- below are NWL current standard products.
Task Chair.
- Must be a swivel chair.
- Must be on 5 castors.
- Available with and without arms which are adjustable.
- The seat height, seat depth and backrest height must be adjustable.
NWL currently use an Orangebox Joy High back chair so would look to purchase this or a similar product.
Meeting room chair.
- Must be stackable.
- Available with arms.
- Available on glides.
- Fabric upholstery.
NWL currently use Orangebox X10-CA Upholstered Stacking Cantilever Armchair so would look to purchase this or a similar product.
Please note that all chairs must comply with the relevent BS quality standards.
Office Furniture - below are NWL current standard products.
Work Station Criteria.
Variations from the outlined criteria must be identified during the manufacturer’s submission.
General Description.
The workstation is to be a system based kit of parts, which can be safely assembled to create a varied range of work settings.
The workstation system should suite both open plan and cellular space application and be dimensionally space efficient.
The system should be suitable for use by both left and right handed users.
Systems are to be beam-based, frame based or leg based with the work surfaces fixed to the metal to metal junctions. Beam to support the supporting legs (not panel hung). Beams are to be incrementally adjustable with a minimum adjustment of 20mm on the horizontal axis.
Leg supports that obstruct sitting positions are not acceptable.
The workstation must be capable of in situ modification or upgrade.
All fixings and connections, which are used in assembly and disassembly process, are to be robust and capable of regular dismantling and rebuild. All mechanical fixings should be metal to metal.
The workstation system will facilitate ongoing adaptability.
The workstation system should accommodate the needs of disabled users as required by legislation and statutory requirements.
1600 x 800 rectangular desk
1600 x 1200 radial desk
With adjustability for levelling purposes. There is to be no consequential change in the relationship of shared components (between height adjustable desks) when adjustment is made.
The strength and stability of all worktops are to meet or exceed the requirements of BS4875 and BS5449 or comparable.
Workstation edge must be suitable for mounting VDU screen on a standard arm/G clamp assembly.
All worktop exposed edges and surfaces must be free of sharp edges. The leading edge of all worktops must be profiled. It is preferred that these profiles form a continuous wrap around edge.
All work-surfaces to be Melamine finish.
The workstation system should offer a range of components to satisfy the specified cable management requirements. These components should include vertical and horizontal distributors of service. The system should ensure that the cables are visually tidy.
The workstation cable management system shall be capable of connecting from outlets at both floor level, and building perimeter. The horizontal distribution routes shall be capable of distributing cables to adjacent workstations or equipment tables. Service trunking/dumping routes below the work surface shall not interfere with user ergonomics or the parking space for pedestals.
Screens.
Screens should be part of the workstation system, with a range of modules and finishes. Screens to be desk mounted and to have a minimum support capacity of 15 kg on each face.
Screens shall not limit the planning options. All linking devices that facilitate adaptation should be standard components.
Screen options should include acoustic, vertical display, pinnable surfaces and clip on component capabilities.
Screens to be upholstered in fabric suitable for screens and vertical surfaces.
Environment.
Particle board (a term that includes chipboard and MDF) used within the furniture should conform to DIN 68761 (FPO), with a formaldehyde emission of 5-8 mg or less per 100 g. This will ensure that it is well within the E1 class laid down in the European Standard EN 120. The adhesives used for gluing melamine of wood veneer finishes and trims should contain virtually no formaldehyde or toxins. All wood must be arsenic and chromium free.
Compliance to British and European Standards.
The workstation system must comply with BS 5459 (Part 1), BS 4875 (Part5 and 6)BS 7179 (part 5), BS6396, BS 6250 (part3) and DIN 68761 (FPO), or equivalent.
Warranty & Continuity of Service.
A 10 year warranty is required.
Pedestals.
3 draw under desk pedestal
3 draw desk high pedestal
All drawers are to be of a solid carcass construction with robust locks and flexible headed keys.
Construction.
Storage must be constructed from heavy gauge steel, with fully welded carcass with double skin or reinforced construction.
Acoustic lining to drawer and cupboard fronts preferable or as an option.
Anti tilt mechanism to drawers and runners ensuring that only one drawer can be opened at a time. Counter balance to be installed for stand alone units.
Drawers and door fronts to be changed without disturbing internal components.
Lock suiting, supply of master keys, and changing of locks mechanism to be supplied as standard.
All British and European standards or equivalent to be complied with.
Warranty & Continuity of Service.
A 10 year warranty is required.
Continuity of supply.
All furniture items must be available to the client for a period of ten years with a guarantee of availability of completely compatible items for ten years from date of installation. Guarantees of continued supply shall apply equally to components, finishes and accessories.
Training.
Staff need to be made available to assist in the training of the Northumbrian Water Facilities team to familiarise themselves with the product and to enable them to carry small changes/repairs if necessary.
Estimated value excluding VAT
Range: between 750 000,00 and 950 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: NWL will award a contract for an initial period of 3 years. NWL will retain the option to extend the contract for a further two years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Office Furniture
1)Short description:
Workstations - desks, pedestals, screens and ancillery furniture.
2)Common procurement vocabulary (CPV)

39110000, 39130000, 39120000

3)Quantity or scope:
Specification is set out in section II.2.1. This requirement is demand led and on an as required basis, initial estimates are in the region of 130 000 GBP per annum.
Approximate quantity per annum.
Desks - 350.
Screens - 200.
Pedestals - 350.
Estimated value excluding VAT
Range: between 600 000,00 and 700 000,00 GBP
Lot No: 2 Lot title: Office Chairs
1)Short description:
Chairs as detailed in specification.
2)Common procurement vocabulary (CPV)

39110000, 39130000, 39120000

3)Quantity or scope:
Specification is set out in section II.2.1. This requirement is demand led and on an as required basis, initial estimates are in the region of 50 000 GBP per annum.
NWL purchase in the region of 10 to 25 chairs every 6 to 8 weeks.
Estimated value excluding VAT
Range: between 200 000,00 and 300 000,00 GBP

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
This will be advised if invited to tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be advised if invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
This will be advised if invited to tender.
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
Information and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: This will be set out in the pre-qualification questionnaire.
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
Negotiated
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
NW1095
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.9.2012 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Other: English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders

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:

Applicants wishing to participate must request access to the pre qualification documents by emailing before the deadline stated in IV3.4 and include the following information.

1) Full company name and address
2) Main contact details (name, job title, email address, telephone number)
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:
6.8.2012