Crown Commercial Service Furniture and Associated Services Framework
This Framework will provide furniture and associated services to public sector buyers. 8 Lots.
United Kingdom-Liverpool: Furniture
2019/S 212-519507
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 9th Floor, The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3454102222
Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Furniture and Associated Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework will provide furniture and associated services to the public sector buyers detailed in the contract notice authorised customer list.
The new framework contract will replace the existing supply, delivery and installation of furniture and associated services framework (RM3812).
The policy drivers supporting the development and procurement of this framework are to:
— provide buyers with a route to market compliant with EU regulations,
— offer a simplified agreement for both buyers and suppliers,
— be attractive to small-medium sized enterprises (SMEs), and
— achieve value for money.
The supplier shall provide services to buyers in the jurisdictional area of England and Wales.
This framework will consist of 8 lots. The framework will be established for 24 months with the option to extend for up to 2 further periods of 12 months. Any extension will be executed at the discretion of the authority.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Office Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories). Suppliers will also offer a selection of remanufactured, refurbished and recycled office furniture items to meet buyer(s) requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 9 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 1 is 9th position.
II.2.1)Title:
Residential Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of residential furniture (including but not limited to living and dining furniture) and associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 2 is 4th position.
II.2.1)Title:
Secure Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of Centre for the Protection of National Infrastructure (CPNI) rated secure furniture and associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 3 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 3 is 3rd position.
II.2.1)Title:
Bespoke/Fitted Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of bespoke/fitted furniture (including courtroom furniture) to meet buyer(s) requirements and associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 4 is 4th position.
II.2.1)Title:
High Density Steel Storage
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of a range of trade pattern static and mobile storage solutions and associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 5 is 4th position.
II.2.1)Title:
Education Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of education furniture to meet primary, secondary, Higher Educational and Further Education needs and associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 6 is 4th position.
II.2.1)Title:
Repair and Renovation Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of repair and renovation services for residential furniture.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 7 is 4th position.
II.2.1)Title:
Hubs Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of office furniture goods and/or services in line with HMRC design guide and associated services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a framework contract will be awarded to 8 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 8 is 8th position.
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
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (‘ITT’) registering for access.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
An electronic auction will not be used at the framework level. However, Buyers reserve the right to use an electronic auction at the call-off stage.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/69f28819-4195-42f1-965a-53e4a2510dae
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract, and carry out due diligence accordingly.
On 2/4/2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) Select the link ‘I am a new supplier user’;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun&Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs Open to All Suppliers;
3) On the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at
help@bravosolution.co.uk or call 0800 069 8630.
VI.4.1)Review body
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Country: United Kingdom
VI.5)Date of dispatch of this notice: