Supply Furniture, Furnishings, White Goods and Catering Equipment to NHS
21 Lots. Framework Agreement: Design, Furniture and Appliances: Lot 1 – Workplace Consultancy Services, Lot 2 – Interior Fit Out and Fixed Furnishings, Lot 3 – Office and Residential Furniture.
United Kingdom-Salford: Furniture
2019/S 083-196614
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
05280446
Halyard Court, 31 Broadway, The Quays
Salford
M50 2UW
United Kingdom
Contact person: Maria Amariei
Telephone: +44 1612123735
E-mail: maria_amariei@nhs.net
NUTS code: UK
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Design, Furniture and Appliances
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Framework Agreement: Design, Furniture and Appliances:
— Lot 1 — Workplace Consultancy Services,
— Lot 2 — Interior Fit Out and Fixed Furnishings,
— Lot 3 — Office and Residential Furniture,
— Lot 4 — Bariatric Furniture,
— Lot 5 — Bedside Equipment,
— Lot 6 — Storage Solutions,
— Lot 7 — Challenging Environment Furniture,
— Lot 8 — Anti-Ligature/anti-vandal Products and Accessories,
— Lot 9 — Ward Equipment,
— Lot 10 — Non-Medical Theatre Equipment,
— Lot 11 — Blinds, Curtains and Associated Products,
— Lot 12 — One stop Shop Furniture and associated products,
— Lot 13 — White Goods – Clinical,
— Lot 14 — White Goods – Domestic and Commercial,
— Lot 15 — Smart vending solutions,
— Lot 16 — Water coolers,
— Lot 17 — Catering Equipment Solutions — Domestic,
— Lot 18 — Catering Equipment Solutions — Commercial,
— Lot 19 — Catering Equipment Solutions — Servicing and Maintenance,
— Lot 20 — Commercial kitchen extraction and ventilation,
— Lot 21 — Commercial kitchen extraction and ventilation — Servicing and Maintenance.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Workplace Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
The suppliers for this lot will be able to determine the clients brief, provide top quality interior design and space planning, consult closely with stakeholders, select and suggest products and suggest costings with experienced project management to support proposals.
This lot includes the delivery of workplace consultancy services for office and other workplace environments. The service area in scope includes survey, design and space planning. Workplace consultants will gather and organise information from stakeholders that enables them to propose strategies and solutions with the purpose of improving efficiency or aesthetics in the workplace such as promoting agile working solutions. The strategies can be aimed at a variety of company issues from office space to waiting rooms and reception areas. The supplier will produce new solutions and project plans including product selection and costings for delivery.
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.2.1)Title:
Interior Fit Out for Office, Retail and Front of house
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot will provide experienced project management to ensure efficient professional delivery of interior fit out proposals ensuring professional installation of the redesigned spaces and fixed/new furniture solutions.
This lot includes, supply and fit out installation including minor works which may be required to ensure a complete finished delivery service of a re design or face lift. This might include fitting of fixed furnishings/furniture for office, retail and front of house.
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.2.1)Title:
Office and Residential Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of a variety of office and residential furniture. Furniture ranges required will vary from budget ranges to bespoke furniture requirements.
This lot also include repair, renovation and reconditioning of 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.2.1)Title:
Bariatric Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery installation, repair and renovation of Bariatric 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.2.1)Title:
Bedside Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation and includes, but is not limited to: Bedside cabinets, wardrobes, bedside lockers, over-bed tables, pull-out sofa/chair beds, high, medium and low back patient chairs, recliner chairs (manual/electric).
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.2.1)Title:
Storage Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of metal, wooden and plastic storage solutions as well as shelving and racking.
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.2.1)Title:
Challenging Environment Furniture
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes design, supply, delivery and installation of challenging environment furniture, including, but not limited to beds; sofas (1/2/3 person); chairs (arm/tub/high-backed/dining) for patients and, or visitors covering reception, bedroom, lounge, dining or public areas; beam seating; armchairs; soft block foam seating; dining chairs; tables; side tables; dining tables/occasional tables; bedroom furniture; fitted and non-fitted wardrobes; desks; bedside cabinets; dementia specific items such as clocks, etc.; standard bed.
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.2.1)Title:
Anti-Ligature/Anti-vandal Products and Accessories
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of anti-ligature/anti-vandal products and accessories such as anti-ligature/anti-vandal locks and handles, window fitting, safety and security mirrors, bathroom fixtures.
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.2.1)Title:
Ward Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ward Equipment.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of ward equipment such as chart trolleys, general purpose trolleys, difficult intubation trolley, acute setting general purpose trolleys, drugs and medicine storage, controlled drugs cabinets, infusion stands/iv stands, medical records and notes trolley.
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.2.1)Title:
Non-Medical Theatre Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of non-medical theatre equipment such as bowl stands, bucket stands, kick stools, mayo tables, operating platforms/surgeon’s stool, drip stands.
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.2.1)Title:
Blinds, Curtains and Associated Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
The lot includes the supply, delivery and installation of blinds, curtains and associated products.
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.2.1)Title:
One Stop Shop Furniture and Associated Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot is dedicated for contracting authorities that will have bespoke or multiple requirements under the framework. Awarded suppliers on the one stop shop furniture and associated products lot will have been awarded in at least 2 service areas from Lots 1 to 11 and will be able to provide goods or services areas within scope of lot 1 to 11. The authority may purchase from awarded suppliers individual goods/services or a selection of bundled goods/services from the service areas described in Lots 1 to 11 via direct award or via a single mini competition.
The supplier/s awarded under lot 12 will have to comply with all the stipulations and requirements of the specification for Lots 1, 2, 3, 4, 5, 6, 7, 8, 9, 10 and 11 where applicable to their provision.
The Supplier(s) and Contracting Authority will need to engage in further discussions to determine the specific requirements of each project.
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.2.1)Title:
White Goods – Clinical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This Lot includes supply, delivery and installation of clinical white goods. fridges freezers, blood fridges, fluid warmers, ice makers.
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.2.1)Title:
White Goods – Domestic and Commercial
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of domestic and commercial white goods and appliances. fridges freezers, washer dryers.
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.2.1)Title:
Smart Vending Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply (sale and hire), delivery and installation and maintenance of vending machines.
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.2.1)Title:
Water Coolers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply (sale and hire), delivery and installation and maintenance of water coolers.
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.2.1)Title:
Catering Equipment Solutions — Domestic
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes supply, delivery and installation of small domestic catering equipment and appliances.
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.2.1)Title:
Catering Equipment Solutions — Commercial
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes kitchen planning and design, supply, delivery and installation of small and large commercial catering equipment and appliances.
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.2.1)Title:
Catering Equipment Solutions — Servicing and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes the reactive and planned servicing and maintenance of commercial and domestic catering equipment.
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.2.1)Title:
Commercial Kitchen Extraction and Ventilation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
Supply, delivery and installation.
This lot includes supply, delivery and installation of commercial kitchen extraction and ventilation systems.
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.2.1)Title:
Commercial Kitchen Extraction and Ventilation — Servicing and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
This lot includes the reactive and planned servicing and maintenance of commercial kitchen extraction and ventilation systems.
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.1.2)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.1.8)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 duration referenced in Section II 1.4) is for the placing of orders.
The value provided in Section II 1.4) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice. The Values listed for each Lot refer to the framework as a totality.
The framework agreement is for use by all public sector and Third sector customers within the UK (including Devolved Administrations). Due to Restrictions placed on Contracting Authority’s, a full list of Contracting Authorities able to access is agreement is not published. A list of members is available within the framework document.
VI.4.1)Review body
Halyard Court, 31 Broadway
Salford
M50 2UW
United Kingdom
VI.4.2)Body responsible for mediation procedures
Halyard Court, 31 Broadway
Salford
M50 2UW
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 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.
VI.4.4)Service from which information about the review procedure may be obtained
Halyard Court, 31 Broadway
Salford
M50 2UW
United Kingdom
VI.5)Date of dispatch of this notice: