Kitchen Units Supply – Belfast
The successful supplier will be expected to supply and deliver* Kitchen Units and associated goods to Choice Housing Ireland Limited DLO staff as required over a 12 month period.
United Kingdom-Belfast: Kitchen furniture and equipment
2017/S 058-107472
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
37-41 May Street
Belfast
BT1 4DN
United Kingdom
Contact person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
E-mail: corporateprocurement@choice-housing.org
NUTS code: UKN
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PRN823 Kitchen Units Supply.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful supplier will be expected to supply and deliver* Kitchen Units and associated goods to Choice Housing Ireland Limited DLO staff as required over a 12 month period in accordance with the M3NHF Responsive Maintenance and Void Property Works Version 7 Specification and M3NHF Disabled Adaptations Works Version 6.2 Specification. Colours for kitchen units, doors, worktops and the like will be confirmed by Choice House Ireland Limited at time of placing order. The successful supplier shall warrant that the materials being supplied are in sound condition, fit for purpose and free from defects for a period of 12 months from date of delivery. Any goods supplied which do not meet this criteria shall be repaired or replaced within one month (from notification) at no additional cost to Choice Housing Ireland Limited.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Tenderers should note that all wall and base unit carcasses (except for sink base units) should be made from particle (or Chipboard), shall be 15mm thick in density range of 650 — 800kg/m3 and comply with BS EN 312 Grade P3 (colour dyed green). Chipboard should be faced both sides in white melamine with pre-glued edging strips fixed to all exposed sides to enable a seal. Front edging strip to match door finish. Sink Base Unit Carcasses shall be 15mm Moisture Resistant Plywood and comply with BS EN636-2. Plywood should be faced both sides in white high pressure laminate with pre-glued edging strips fixed to all exposed sides to enable a seal. Front edging strip to match door finish. All kitchen units should be manufactured to meet strength specification level ‘H’ and have fully repairable carcasses.
Doors should be manufactured from 18mm Vinyl Foil Wrapped profiled MDF with a 0.4mm minimum thickness of wrapping. All door prices listed in section 20.0 should include hinges, handle (unhanded) and fixings/brackets where appropriate. Drawer fronts should be 18mm vinyl foil wrapped profiled MDF to match doors. All drawers should be proprietary metal framed with 15mm melamine faced and edged chipboard (as per carcass) drawer base and back. Each internal metal drawer liner should have a maximum depth of 140mm and should be mounted in full depth proprietary metal drawer runners complete with restrictor stops (included in price). All drawer prices listed in section 20.0 should include hinges, handle (unhanded) and fixings/bracket.
All worktops should have a minimum thickness of 28mm and be manufactured using laminated moisture resistance chipboard core to comply with BS EN 312 — Grade P3 (colour dyed green). All post-formed worktops should be constructed using particleboard with a minimum ‘P5’ classification however if this is not obtainable construct only square edge and double post-formed worktop using particleboard with a minimum ‘P3’ classification.
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
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
To be detailed in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Kitchens to Places for People Group
Framework for Supply of Bathrooms
Kitchen and Bathroom Refurbishment for Ipswich Borough Council
Kitchen and Bathrooms Framework
Kitchen Design – Caerphilly County Borough Council