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

Supply of Re-Used and New Domestic Furniture, Electrical Goods and Household Items

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The Borough Council of Gateshead
Civic Centre, Regent Street
Contact point(s): Corporate Procurement
For the attention of: Julie Gullon
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914335990
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Economic and financial affairs
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Re-Used and New Domestic Furniture, Electrical Goods and Household Items
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: Gateshead

NUTS code UKC22

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: 20

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 600 000 and 1 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
With effect from April 2013 the Contracting Authority is responsible for the delivery of a new Local Discretionary Payment Scheme. The Community Support element of the scheme will provide essential goods to help vulnerable people live independent lives to remain and become integrated within their community.
The operation of the scheme is at the Contracting Authority's discretion and applicants do not have an automatic right to an award. The scheme's budget position will be taken into consideration when making an award. Awards will only be made where sufficient financial resources are available to ensure that the Contracting Authority retains the means to assist those most in need at any time throughout the financial year. The overall funding for the purpose of Local Discretionary Payments will be limited to the amount of grant received for this purpose from Central Government.
The Council wish to appoint suitably qualified and experienced Contractor(s) that can supply Re-used and New Domestic Furniture, Electrical Goods and Household Items. It is the Council's intention to maximise the use of re-used items wherever possible but this will be dependent upon individual requirements.
II.1.6)Common procurement vocabulary (CPV)

39140000, 39700000

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
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contact(s) will include the following elements:
Lot 1 - The supply, delivery and/or installation of low-cost practical and durable beds and bedding, furniture (including assembly in some cases), soft furnishings, flooring, tableware and kitchenware to resident's dwellings. This includes re-used items which would be the preferred option but this will depend upon availability and specific individuals' requirements.
Lot 2- The supply, delivery and installation of low-cost, reliable, basic-specification domestic appliances to resident's dwellings including reused options where available.
Lot 3 - The supply, delivery and fitting in resident's dwellings of low-cost carpets and floor coverings.
II.2.2)Information about options
Options: yes
Description of these options: The contract has an option to extend for a further 2 x 12 month periods following the initail 24 months.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
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: Domestic Furniture and Household Items
1)Short description
Supply and delivery of Domestic Furniture and Household Items
2)Common procurement vocabulary (CPV)

39140000, 39700000

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: Domestic Appliances
1)Short description
Supply, Delivery and Installation (where applicable) of Domestic Appliance.
2)Common procurement vocabulary (CPV)

39140000, 39700000

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: Carpets & Floorcoverings
1)Short description
Supply, Delivery and Fitting of Carpets and Floorcoverings
2)Common procurement vocabulary (CPV)

39140000, 39700000

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:
As detailed in the tender documents
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documents
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: Information and formalities necessary for evaluating if requirements are met:
Circumstances set out in Regulation 23 of the UK Public Contracts Regulations
2006 (SI 2006 No5). Applicants are required to complete and return a detailed
tender document prepared by the Contracting Authority and provide such
supporting evidence as may be requested by the deadline stated in IV.3.4
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
As set out in tender documentation
Minimum level(s) of standards possibly required: As set out in tender documentation
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
As set out in tender documentation
Minimum level(s) of standards possibly required:
As set out in tender documentation
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
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:
QTLE-94QDT4
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 22.5.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.5.2013 - 12:00
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: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 22.5.2013 - 14:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives from Gateshead Councils Legal & Corporate Services Department

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

This procurement process is being managed electronically through the councils e-tendering system. Tender documentation will only be available electronically and bids must be submitted using the internet. To register interest in this contract and to obtain immediate access to the relevant tender documentation please go to www.nepoportal.org / Suppliers Area and register interest against Contract reference No: QTLE-94QDT4.

Once you have registered and your account is approved you can access and download the relevant documents immediately.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The Borough Council of Gateshead
Civic Centre Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914333000
Internet address: www.gateshead.gov.uk

Body responsible for mediation procedures

The Borough Council of Gateshead
Civic Centre Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914333000
Internet address: www.gateshead.gov.uk

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:
9.4.2013