Furniture Supply and Installation Framework London
The Framework Agreement will be composed of four (4) lots with an approximate number of suppliers awarded to each Lot.
United Kingdom-London: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
2017/S 132-269754
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Gower Street
London
WC1E 6BT
United Kingdom
Contact person: Procurement Services
E-mail: tenders.procurement@ucl.ac.uk
NUTS code: UKIInternet address(es):Main address: https://www.ucl.ac.uk/procurement/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework agreement for the Provision of Furniture.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Framework Agreement will be composed of (4) lots with an approximate number of suppliers awarded to each lot. Suppliers may bid for all or multiple Lots.
Suppliers will be required to supply furniture, installation, space planning services, repair/reupholster services, move management, storage and end of life disposal of surplus furniture in an environmentally friendly manner.
II.1.6)Information about lots
II.2.1)Title:
Learning Spaces/ICT/Library
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers will be required to supply furniture, installation, space planning services, repair/reupholster services, move management, storage and end of life disposal of surplus furniture in an environmentally friendly manner.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Ability to extend a further two years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
General Office/Ergonomic/Accessibility
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers will be required to supply furniture, installation, space planning services, repair/reupholster services, move management, storage and end of life disposal of surplus furniture in an environmentally friendly manner.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Ability to extend further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Residential
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers will be required to supply furniture, installation, space planning services, repair/reupholster services, move management, storage and end of life disposal of surplus furniture in an environmentally friendly manner.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The ability to extend for 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Laboratory
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers will be required to supply furniture, installation, space planning services, repair/reupholster services, move management, storage and end of life disposal of surplus furniture in an environmentally friendly manner.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Ability to extend for 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the PQQ and Invitation to Tender.
III.1.2)Economic and financial standing
As set out in the PQQ and Invitation to Tender.
III.1.3)Technical and professional ability
As set out in the PQQ and Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
University College London (UCL) is not a public body within the meaning of the Public Contracts Regulations 2015 (the ‘Regulations’) and is not subject to the procurement legislation. Where UCL advertises contracts in the Official Journal of the European Union, it does so on a voluntary basis and does not undertake any obligation to comply with the procurement legislation. UCL reserves its rights in full to adapt or step outside the procedures in the procurement legislation as UCL considers necessary.
The process seeks to select organisations offering the appropriate capability, capacity and competency. UCL reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part.
All communications shall be in English (or a full translation provided at no cost to UCL). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers.
Expressions of interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received as per the instructions in the OJEU notice. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website: https://in-tendhost.co.uk/ucl in order to receive documentation. After registering, you should express an interest in the relevant tender and the tender documentation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by UCL. Tenders shall not be sent and will not be accepted by fax or e-mail. It is bidder’s responsibility to ensure that their documents are uploaded on time and to check on the document size capability. Bidders should be aware that typically there is a high demand on the system close to return deadline times.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000Internet address:www.hmcouts-service.gov.uk
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail: info@cedr.comInternet address:www.cedr.com
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice:
Related Posts
Office Furniture Tender Gloucester
Tender for Barbican Concert Hall Seating Refurbishment
Supply Swivel Chairs to Yorkshire Purchasing Organisation
Tender to Supply Office Furniture in London and Across UK
Supply Residential Furniture and Furnishings to Yorkshire Purchasing Organisation