Supply of Kitchen Furniture
Seeking suppliers of Kitchen Furniture and Associated Materials for a 2 year period.
United Kingdom-Dukinfield: Kitchen furniture and equipment
2015/S 118-213602
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
New Charter Building Company Limited
Outram Road, Globe Lane Industrial Estate
Contact point(s): Purchasing and Stores
For the attention of: Steve Lowe
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312860
E-mail: ian.mills@newcharter.co.uk
Fax: +44 1613312807
Internet address(es):
General address of the contracting authority: www.newcharter.co.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA8761
Electronic access to information: www.mytenders.org
Further information can be obtained from: New Charter Building Company Limited
Outram Road, Globe Lane Industrial Estate
Contact point(s): Purchasing & Stores
For the attention of: Steve Lowe
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312862
E-mail: ian.mills@newcharter.co.uk
Fax: +44 1613312807
Internet address: www.newcharter.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: New Charter Building Company
Outram Road, Globe Lane Industrial EState
Contact point(s): Purchasing and Stores
For the attention of: Ian Mills
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312862
E-mail: ian.mills@newcharter.co.uk
Fax: +44 1613312807
Internet address: http://www.newcharterbuildingcompany.co.uk/
Tenders or requests to participate must be sent to: New Charter Building Company Limited
Outram Road, Globe Lane Industrial Estate
Contact point(s): Legal Services
For the attention of: Group Company Secretary
SK16 4XP Dukinfield
UNITED KINGDOM
Telephone: +44 1613312860
Fax: +44 1613312807
Internet address: http://www.newcharter.co.uk/
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
Main site or location of works, place of delivery or of performance: Tameside — Greater Manchester.
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
New Charter is seeking suppliers of Kitchen Furniture and Associated Materials for a 2 year period. (With possible extension of 12 months)
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=154889
II.1.6)Common procurement vocabulary (CPV)
39141000
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:
The total spend over the contract period is expected to be approx. 330 708 UK Pound Over the 2 years. (496 063 if extended for a further 12 months)
However, this does not carry any guarantee of turnover and that any estimated volumes of business are indicative and may vary upward or downwards depending on New Charters future needs.
Estimated value excluding VAT:
Range: between 330 708 and 496 063 GBP
II.2.2)Information about options
Description of these options: New Charter may wish to extend the contract for a further 12 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: 1. To provide copies of three (3) references.
2. To provide a copy of your audited accounts and annual reports for the last three (3) years.
3. To provide a copy of your companies Equal Opportunities Policy.
Or to sign and return the documentation provided within the tender pack regarding equal opportunities
4. Complete the Equality & Diversity Monitoring Statement Provided in the tender Pack
6. To provide a copy of your Employee Liability Insurance (min 2 000 000)
5. To provide a copy of your Public Liability Insurance (min 10 000 000)
6. To provide a copy of your Health & Safety Policy.
7. To provide a copy of your Environmental Policy and provide information on Product Sustainability.
8. To provide a copy of your Ethical Procurement Statement/Policy.
9. To provide a certificate or declaration demonstrating that you have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
10. To provide a certificate or declaration demonstrating that you have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
III.2.3)Technical capacity
(1) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Pricing Strategy. Weighting 50
2. Compliance With Legislation. Weighting 25
3. Financial Information. Weighting 15
4. Specification. Weighting 10
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.8)Conditions for opening of tenders
Date: 28.7.2015 – 12:00
Place:
Legal Services Section, Cavendish 249, Cavendish Street Ashton Under Lyne, OL6 7AT
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: June 2017 (Or June 2018 is the contract is extended for 12 month).
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: