Leicester: furniture
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Eastern Shires Purchasing Organisation (see www.espo.org) and also on behalf of West Mercia Supplies (seewww.westmerciasupplies.co.uk)
Barnsdale Way, Grove Park, Enderby
For the attention of: Hollie Ruston – Asst. Contracts Admin Officer
LE19 1ES Leicester
UNITED KINGDOM
Telephone: +44 1162944013
E-mail: h.ruston@espo.org
Fax: +44 116-2944399
Internet address(es):
Address of the buyer profile: www.espo.org
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreementDuration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 680 000 and 3 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
Furniture. Chairs. Tables. Tenders are invited for the supply and delivery of ranges of folding tables, folding chairs, combined folding table and seat units and storage trolleys, direct to customer establishments. Whilst initially for use by local authorities served by ESPO and West Mercia Supplies (see www.westmerciasupplies.co.uk), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by other Pro5 members (see http://www.espo.org/index.asp?CMD=PRO) and the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/ojeu-framework-permissible-users.
II.1.6)Common procurement vocabulary (CPV)
39100000, 39112000, 39121200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The framework agreement has the option to extend for up to a further 12 months. The estimated values stated in Section II.1.4 include the option period.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, culture, disability, gender, marital status, race, religion or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Sex Discrimination act 1975 and the Disability Discrimination Act 1995 and any regulations made there under. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Employment Equality (Age) Regulations 2006. The Supplier must comply with the provisions of the Race Relations Act 1976, the Race Relations (Amendment) Act 2002 and the Equality Act 2010 and shall ensure that they perform their responsibilities under this Agreement with due regard to the need to eliminate unlawful racial discrimination, and to promote equality of opportunity and good relationships between different racial groups.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
Minimum level(s) of standards possibly required:
As detailed in Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:3.11.2011