Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Essex
Central Procurement Unit (Estates Management Section), Wivenhoe Park
Contact point(s): Central Procurement Unit
For the attention of: Adrian Woodmore
CO4 3SQ Colchester
UNITED KINGDOM
Telephone: +44 1206872068
E-mail: procure@essex.ac.uk
Fax: +44 1206872937
Internet address(es):
General address of the contracting authority: http://www.essex.ac.uk
Address of the buyer profile: http://www.essex.ac.uk/purchasing/unrestricted/contracts.shtm
Electronic access to information: https://www.delta-esourcing.com/delta/index.html
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/delta/index.html
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
Body governed by public law
I.3)Main activity
Education
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:
T459 Furniture Agent for University of Essex.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UKH3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Procurement consultancy services. Storage services. Urban furniture. Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Furniture. Office furniture. Computer furniture. Garden furniture. Dining-room furniture. Miscellaneous furniture and equipment. Miscellaneous furniture. Modular furniture. Conference-room furniture. Lounge and reception-area furniture. Parts of furniture. Installation of built-in furniture. Furniture design services. Tables, cupboards, desk and bookcases. Desks and tables. Tables. Computer tables. Dining tables. Coffee tables. Seats, chairs and related products, and associated parts. Chairs. Dining chairs. Miscellaneous seats and chairs. Installation of partitioning. Installation work of roller blinds. Installation of partition walls. Integrated circuit sockets or mounts. The University is seeking an experienced Agent to handle the range of procurement activity, short term storage and logistics for the new Essex Business School (£485k approx), Library Extension (£872k approx) in our Colchester Campus then the Gateway Building in our Southend Campus (£100k approx). It is vital to work closely with stakeholders to ensure that the fitting out is a smooth process ready for various opening/start dates in accordance with a design brief and style.
This is a mixed contract consisting mainly of OJEU Goods as the main cost, but a service activity is required to handle this as a Part B Procurement Service and a Part A Storage Service elements as well as logistics of the goods.
We intend to allow the winning bidder the scope to carry on supplying Furniture for these specific projects for up to 1 year to satisfy any other additions as and when required by users.
II.1.6)Common procurement vocabulary (CPV)
79418000 – FA01, 63121100, 34928400, 39000000, 39100000, 39130000, 39134000, 39142000, 39143200, 39150000, 39151000, 39151300, 39153000, 39156000, 39157000, 45421153, 79934000, 39120000, 39121000, 39121200, 39134100, 39143210, 39143310, 39110000, 39112000, 39112100, 39113000, 45421141, 45421145, 45421152, 31712118
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: no
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:
The estimated value of the initial fit out for all 3 requirements is £1.5m (one million and five hundred thousand pounds). This notice covers all furniture and furnishings which are required for the Essex Business School in order to meet the Architects Design and for maintaining warranties and any other broken items or any other requirements for project for 1 year in order to maintain the design features and quality of the items purchased. There is a brief overview of types of furniture in the PQQ but it includes Tables, Chairs, Stools, Breakout Furniture of different styles and designs and to meet various needs plus smaller items clocks and bins in order to ‘fit out’. There is a clear overview of the Specification in the PQQ then for the ITT/Tender Stage the Specification will be in even higher detail in order to obtain the pricing and correct items.
Estimated value excluding VAT:
Range: between 1 200 000 and 1 700 000 GBP
II.2.2)Information about options
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: 30 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The University reserves the right to request deposits and guarantees as required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the PQQ.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The University requests Joint and Several Liability from the successful bidder. This is detailed further within the PQQ where bidders will confirm this status in the Pass / Fail section in order to proceed.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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.
As detailed in the PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ.
Minimum level(s) of standards possibly required: As detailed in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ.
Minimum level(s) of standards possibly required:
As detailed in the PQQ.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: We anticipate having 5 bidders shortlisted to the ITT Tender Stage utilising the 5 highest scoring PQQs as set out in the criteria. We reserve the right to invite a 6th bidder where the scoring is very close.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
T459
IV.3.2)Previous publication(s) concerning the same contract
no
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
19.5.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.6.2014
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
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
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
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: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of three working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.4.2014