Tender for Office Furniture and Office Stationery
For the provision of – Office Furniture supply/distribution and assembly, Paper and Stationery Supply/distribution.
United Kingdom-London: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
2013/S 214-373029
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Go-Ahead Group Holding Limited
4 Matthew Parker Street
For the attention of: Rosella Tait
SW1H 9NP London
UNITED KINGDOM
E-mail: rosella.tait@go-ahead.com
Internet address(es):
General address of the contracting entity: http://www.go-ahead.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
Railway services
Urban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
For The Provision Of Group Office Furniture and Stationery Supply.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UK
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):
For the provision of – Office Furniture supply/distribution and assembly, Paper and Stationery Supply/distribution.
This contract is subject to rail franchise periods and terms.
II.1.6)Common procurement vocabulary (CPV)
39000000, 30199000, 30192700, 30199600, 22800000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
It is planned to split the contract into three lots as follow:
– Lot 1 – Stationery. This should attract stationery experts who have competitive supply channel.
– Lot 2 – Paper. This lot should attract paper manufacturers or large paper distributors and would enable us to have more control over this commodity.
– Lot 3 – Office Furniture. This lot should attract furniture experts who all have the operational capability to deliver this contract and meet the SLA’s.
Estimated value excluding VAT
Range: between 700 000 and 1 500 000 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: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: – Lot 1 – Stationery
2)Common procurement vocabulary (CPV)
30192700, 30199000, 30199600
Lot No: 2 Lot title: – Lot 2 – Paper
2)Common procurement vocabulary (CPV)
22800000, 22810000, 30197642, 30197643, 30197640
Lot No: 3 Lot title: – Lot 3 – Office Furniture
2)Common procurement vocabulary (CPV)
39000000, 39100000, 39130000, 39153000, 39150000, 39151000, 39156000, 45421153
5)Additional information about lots:
For the supply, assembly and distribution
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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:
III.2)Conditions for participation
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
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
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
IV.3.4)Time limit for receipt of tenders or requests to participate
9.12.2013 – 10:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:1.11.2013