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

Supply and Installation of Office, Commercial and Occupational Health Furniture.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The Council of the Borough of Kirklees
Physical Resources and Procurement, Civic Centre III, Market Street
HD1 2EY Huddersfield
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.kirklees.gov.uk

Address of the buyer profile: https://www.yortender.co.uk

Electronic access to information: https://www.yortender.co.uk

Electronic submission of tenders and requests to participate: https://www.yortender.co.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)

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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply and Installation of Office, Commercial and Occupational Health Furniture.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKE43

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 a single operator

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: 330 000 GBP
II.1.5)Short description of the contract or purchase(s)
Office furniture. Miscellaneous furniture and equipment.
II.1.6)Common procurement vocabulary (CPV)

39130000, 39150000

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:
Lot 1 - Office/Commercial Furniture - Estimated Annual Contract Value 50 000.00 GBP; 1 supplier to be appointed for this Lot.
Lot 2 - Office Related Occupational Health Furniture and Related Equipment - Estimated Contract Value - 32 000.00 GBP; 1 supplier to be appointed for this Lot.
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
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Office/Commercial Furniture
1)Short description
Supply of office and related commercial furniture; including delivery and installation at point of sue; together with associated design and layout planning services when occasionally required.
2)Common procurement vocabulary (CPV)

39130000

3)Quantity or scope
Estimated Annual Contract Value is 50 000 GBP.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Office related Occupational Health Furniture and Related Equipment
1)Short description
Supply of office related occupational health furniture and related equipment; including delivery and installation at point of use.
2)Common procurement vocabulary (CPV)

39150000

3)Quantity or scope
Estimated Annual Value 32 500 GBP.
Estimated value excluding VAT: 65 000 GBP
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:
The Contracting Authority reserves the right to require a parent or ultimate holding company guarantee and/or performance bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments to be made in accordance with the Contract Conditions for the supply of goods contained within the tender documents; including payment within 30 days of a valid invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the contract conditions of the tender documentation.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulations 24 to 25 of the Public Contracts Regulations 2006 and as set out in the invitation to tender available from the address as set out in section 1
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulations 24 to 25 of the Public Contracts Regulations 2006 and as set out in the invitation to tender available from the address as set out in section 1.
Tenderers will be evaluated on the following:
Turnover equal to or greater than five times Annual Estimated Framework Value for Lot(s) selected = Pass.
Turnover less than five times Annual Estimated Framework Value for Lot(s) selected = Exclude.
In addition, the Council reserves the right to carry out additional financial vetting. If this additional vetting leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant's ability to properly perform under the Framework) that it would be inappropriate to select the Applicant on this occasion, this may result in exclusion.
Minimum level(s) of standards possibly required: Turnover equal to or greater than five times the Annual Estimated Framework Value for the Lots.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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 delivery 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.
(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.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Tenderers will be required to complete Method Statements for Lot 1 and Lot 2.
Minimum level(s) of standards possibly required:
Business Questionnaire responses: Technical Capacity and Resources including References.
Responses to E1-E7.
Primarily for information only. However, lack of provision of references at E4 and any answers generally across E1-E7 which leads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant's ability to properly perform under the Framework) that it would be inappropriate to select the Applicant on this occasion, will result in exclusion.
Response to E8.
Adequate procedures and certification = Pass.
Inadequate procedures and certification = Exclude.
Response to E10 where response to E9 = Yes.
Yes = Pass.
No = Exclude (Lot 1 only).
Response to E11 where response to E9 = ‘Yes’.
Yes = Pass.
No = Exclude (Lot 1 only).
Response to E12 where response to E9 = ‘No’.
Yes = Pass.
No = Exclude (Lot 1 only).
Response to E13.
Yes = Pass.
No = Exclude (Lot 1 only).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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 below

1. Quality. Weighting 60

2. Price. Weighting 40

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:
YORE-9DEH67 - KMCPRP-022
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: 24.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.3.2014 - 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
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 25.3.2014

Section VI: Complementary information

VI.1)Information about recurrence
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

In order to obtain tender documents, intererested parties must register their company on the Councils electronic tendering and contract management website at https://www.yortender.co.uk Once registered, interested parties may obtain the tender documents for download and completion using tender reference YORE-9DEH67 or sub reference KMCPRP-022.

Assistance with downloading the tender documents may be obtained from the YORtender helpdesk on either +44 8445434580 or

To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=87605893.

GO Reference: GO-2014131-PRO-5429833.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (Standstill Period) and Part 9 (Application to Court) of the Public Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.1.2014