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

Supply of Office Furniture

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Kent County Council - Commercial Services
Procurement - Commercial Services, Kent County Council, Gibson Drive, Kings Hill
Contact point(s): Please visit www.businessportal.southeastiep.gov.uk for further details
For the attention of: Ian Day
ME19 4QG West Malling
UNITED KINGDOM
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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Office Furniture
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: In accordance with best procurement practice, EU and UK Procurement Directives and Regulations and Kent County Council's Standing Orders, Commercial Services wishes to create a Framework Agreement (the Agreement) for the supply and delivery of Office Furniture.
The procurement process adopted by the Contracting Authority is based upon the Open Procedure, as detailed in the EU Combined Procurement Directive 2004/18/EC. In brief the process will be as follows:
- Only those organisations that expressed their interest in this opportunity via the South East Business Portal will receive the Invitation to Tender (ITT)
- All submitted compliant bids will be evaluated in accordance with the instructions contained within the ITT.
Other public bodies will have access to this Agreement but may only do so with the agreement of the Contracting Authority. Those organisations who may wish to access this Agreement will be members, affiliates and associates of the CBC Group, Regional Improvement and Efficiency Partnerships (RIEPs), the Pro5 Group, the Police Service, the Fire Service, the NHS & NHS Trusts, third sector organisations, academic centres (including Academies), publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands and Northern Ireland.
Information on other public bodies, third sector organisations, academic centres (including university procurement organisations) and publicly funded organisations can be found at:

www.cbconline.org.uk

www.charity-commission.gov.uk

www.eastmidlandsiep.gov.uk

www.education.gov.uk/edubase

www.espo.org/ojeu-framework-permissible-users

www.fireservice.co.uk

www.gov.uk

www.hefce.ac.uk

www.idea.gov.uk

www.improvementeast.gov.uk

www.lgyh.gov.uk

www.londoncouncils.gov.uk/capitalambition

www.nhs.uk

www.northeastcouncils.gov.uk

www.opsi.gov.uk

www.police-information.co.uk

www.Pro5.org

www.schoolswebdirectory.co.uk

www.southeastiep.gov.uk

www.swcouncils.gov.uk

www.universitiesuk.ac.uk

Tenderers are advised that the Contracting Authority, CBC, Pro5 members, its affiliates and/or authorised users, reserve the right to supply the tendered products, services and or commodities to companies or organisations directly that have a majority public sector ownership or acting in a contractual capacity (i.e. Outsourced) on behalf of the accessible organisations by any of the bodies referred to in the document during the Agreement period as stated in this document.

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: 38

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT:
Range: between 5 000 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
This Agreement is for the supply of office furniture that will be divided into 7 Lots as follows
1 Office Desks - Budget, Beam, Bench and Collaborative
2 Office Seating - Task, Meeting, Breakout and Public
3 Tables - Mobile, Folding and Static
4 Storage - Pedestals, Cupboards, Space Saving
5 Reception - Counters
6 KCS Private Label
7 Supportive Project Management
II.1.6)Common procurement vocabulary (CPV)

39130000

II.1.7)Information about Government Procurement Agreement (GPA)
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Office Desks
1)Short description
Supply of various office desks - budget, beam, bench and collaborative
2)Common procurement vocabulary (CPV)

39130000

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: Office Seating
1)Short description
Office seating is an area with a large number of variables. It is anticiptaed that the major portion of expenditure will be be on computer operators chair range.
2)Common procurement vocabulary (CPV)

39130000

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: Tables
1)Short description
A range of tables that can adapt and change as quickly as business needs change. The products need to meet the traditional needs of teaching and conference tables, allowing for individual use and small groups. They need to be reconfigured easily into larger, more diverse configurations and function layouts.
2)Common procurement vocabulary (CPV)

39130000

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: Storage
1)Short description
Pedestals, cupboards and space saving storage furniture. The storage range should complement the appropriate Budget, Contract or Executive desk ranges being to the same specification.
2)Common procurement vocabulary (CPV)

39130000

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: Reception Furniture
1)Short description
The Contracting Authority recognises the wide ranges of reception furniture that are available. To this end the range of furniture tendered for should complement the appropriate desking / storage ranges. All counter designs must take account of wheelchair users and meet the appropriate compliance for both staff and customer side. Compliance to all disability requirements must also be demonstrated. Designs can either be proposed in module format or bespoke design solutions.
2)Common procurement vocabulary (CPV)

39130000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Private Label Furniture
1)Short description
Supply of customer own branded furniture range to include chairs, desks and related office furniture items.
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.
This range will only be taken by KCS. The intention of this lot is to secure a range of items that will be sold and marketed as a unique branded range across the UK.
2)Common procurement vocabulary (CPV)

39130000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Supportive Project Management
1)Short description
The design and project management requirements are split into two as detailed below.
- Full project management, the full scope of this requirement will have to be addressed on a project-by-project basis, however tenderers should allow for the following requirements.
- Attendance at site meetings and pre planning meetings with contractors and end users.
- Detailed design work, which may also include colour, finishes, lighting surveys and compatibility with M&E; requirements.
- Site management including installation of goods following site specific H&S; requirements, while meeting agreed timescales.
- Removal of waste to comply with ISO14001.
- Supportive CAD planning to assist in the sale of furniture to the end user.
- Suppliers to provide FOC, space planning to assist the end user in choice of product and style. This will be in 2D format and should be supported by on site sales / design meetings.
2)Common procurement vocabulary (CPV)

39130000

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
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
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

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:
Y11167/B
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
9.4.2013 - 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

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information

This opportunity will be completed electronically via the South East Business Portal (ProContract), a site run by Due North. Interested organisations should go to www.businessportal.southeastiep.gov.uk to register and express interest. Once you have successfully expressed interest via the portal you will be sent an email directing you to the ProContract site from which you will be able to access and download the invitation to tender documentation and any other relevant information. This email should be retained, as it will contain your direct link to the ProContract portal. For information purposes only the link is www.businessportal.southeastiep.gov.uk/procontract/supplier.nsf DO NOT USE THIS LINK NOW.

Tenderers should also note that final submissions must be made via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded.
The closing date for submission of full and final tenders is 14:00 hours on 09 April 2013. Tenders submitted after this date will not be accepted.
Any questions or clarifications must be submitted through the ProContract portal no later than 04 April 2013. The Contracting Authority will endeavor to answer all questions and clarification requests prior to the submission date, however those received after the 04 April 2013 will not be answered.
ALL DOCUMENTS PERTAINING TO THIS OPPORTUNITY WILL BE AVAILABLE FOR DOWNLOAD VIA THE PROCONTRACT PORTAL FROM THE OUTSET. Please ensure you are able to download all files immediately after accessing the ProContract portal.
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:
1.3.2013