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

The Supply and Distribution of Office Furniture.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Southern Universities Purchasing Consortium (SUPC)
Science and Technology Centre, Earley Gate, University of Reading
For the attention of: Paul Mander
RG6 6BZ Reading
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.supc.ac.uk

Further information can be obtained from: Southern Universities Purchasing Consortium (SUPC)
Science and Technology Centre, Earley Gate, University of Reading
For the attention of: Paul Mander
RG6 6BZ Reading
UNITED KINGDOM
E-mail:
Internet address: https://in-tendhost.co.uk/supc/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: See URL below
Internet address: https://in-tendhost.co.uk/supc/

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
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:
The Supply and Distribution of Office Furniture.
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: 12

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT:
Range: between 40 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)

This tender is for the provision of Office Furniture including; Office Desking, Classroom Furniture, Conference Furniture, Height Adjustable Desking, Pedestals, Wooden Storage, Screens, Office Seating and Conference Seating. Tenderers will be required to offer ranges of products to meet all of these requirements. SUPC is acting as the lead organisation on behalf of its members and also members of the Higher Education Purchasing Consortium Wales (HEPCW) and the London Universities Purchasing Consortium (LUPC). Full lists of the participating Consortia members are available on the following websites: SUPC; www.supc.ac.uk; HEPCW; www.hepcw.procureweb.ac.uk; LUPC; www.lupc.ac.uk

II.1.6)Common procurement vocabulary (CPV)

39130000, 39110000, 39120000, 39180000, 39134000, 39153000, 39155000, 39156000, 39173000

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: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
SUPC manage agreements on behalf of our members and the members of participating purchasing consortia. In this case HEPCW and LUPC. The framework will be awarded for 48 months in total, 24 months initially with 2 subsequent options to extend by 12 months. Spend through the existing SUPC agreement is approximately 15,000,000 GBP per annum.There is however no guaranteed level of expenditure on this Agreement; the competitiveness, level of service offered, and marketing effort of the chosen suppliers will be a large factor in determining how many institutions support the Agreement. The tender will not be split into Lots and tenderers must be able to provide the following to be considered for this agreement; ffice Desking, Classroom Furniture, Conference Furniture, Height Adjustable Desking, Pedestals, Wooden Storage, Screens, Office Seating and Conference Seating. In addition to the above, the agreement will also include the provision of Metal Storage; Bar / Restaurant furniture; Laboratory furniture; Auditorium seating; Outdoor furniture; Integrated Secure ICT desking; Reception furniture; Breakout furniture and Library furniture. The ability to provide these types of furniture will not be mandatory. Bidders will be able to provide these additional products from their own ranges or from third party manufacturers.
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
Starting 1.8.2014. Completion 31.7.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As included in tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As included in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability in the event of a consortium bid.
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: As included in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As included in the tender documentation.
Minimum level(s) of standards possibly required: As included in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As included in the tender documentation.
Minimum level(s) of standards possibly required:
As included in the 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
Envisaged minimum number 6: and maximum number 12
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: yes
Additional information about electronic auction: An electronic auction will not be used for the award of the framework agreement. Institutions may choose to use an electronic auction if undertaking a further competition under the framework agreement.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2013/12
IV.3.2)Previous publication(s) concerning the same contract
no
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
18.3.2014 - 13:00
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
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

The Southern Universities Purchasing Consortium (SUPC) is an operating unit of Southern Universities Management Services, a Company limited by guarantee. Registered in England and Wales No. 2732244. Registered Charity No. 1042175. The whole tender process will be conducted electronically and suppliers will need to register their interest online at https://in-tendhost.co.uk/supc. All documents will be issued, and will need to be returned, online.

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:
29.1.2014