Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Western Universities Purchasing Consortium
04045190
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
UK
Contact person: Sarah Dye
Telephone: +44 1612348016
E-mail: sarah.dye@nwupc.ac.uk
NUTS: UK
Internet address(es)
Main address: https://nwupc.ac.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57893&B=NWUPC
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57893&B=NWUPC
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Sub-central contracting authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Furniture
Reference number: FFE3158NW
II.1.2) Main CPV code
39100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NWUPC is establishing a multi-provider Framework Agreement for Furniture FFE3158NW as a successor to the current Furniture Framework Agreement FFE 3103NW on behalf of members of NWUPC and CPC:
https://www.nwupc.ac.uk/our-members
https://www.thecpc.ac.uk/members/
The Framework Agreement is divided into three (3) lots as follows:
Lot 1 – Office, Learning and Communal Spaces (Great Britain)
Lot 2 – Office, Learning and Communal Spaces (Northern Ireland)
Lot 3 – Residential Furniture (Northern Ireland)
This Framework Agreement will commence on 1st May 2023 for an initial period of twenty-four (24) months until 30th April 2025 with the option to extend the Agreement for two periods of twelve (12) months until 30th April 2027 subject to satisfactory Economic Operator performance.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Where the evaluation process produces a result which will lead to the same group of Economic Operators being awarded several or all lots, the lots that can be combined are Lot 2 Office, Learning and Communal Spaces (Northern Ireland) and Lot 3 Residential Furniture (Northern Ireland). Any such combination would result in the award of a single lot, Lot 2 Furniture (Northern Ireland).
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Office, Learning and Communal Spaces (Great Britain)
II.2.2) Additional CPV code(s)
39110000
39120000
39130000
39150000
50850000
79934000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The supply, delivery and installation of the following mandatory categories of product: Desking, tables, seating, breakout furniture, storage, screening and space division, booths, DDA compliant furniture, furniture that supports integrated power and data solutions; and the following mandatory services: site surveys, space planning, electronic product visuals, schematics, ergonomic support services, end of useful life services for the recycling and/or repurposing of furniture.
There are additional non-mandatory products and services within the scope of this lot which are detailed in the ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2023
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st May 2023 for an initial period of twenty-four (24) months until 30th April 2025 with the option to extend the Agreement for two periods of twelve (12) months until 30th April 2027 subject to satisfactory Economic Operator performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Lot 2- Office, Learning and Communal Spaces (Northern Ireland)
II.2.2) Additional CPV code(s)
39110000
39120000
39130000
39150000
50850000
79934000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The supply, delivery and installation of the following mandatory categories of product: Desking, tables, seating, breakout furniture, storage, screening and space division, booths, DDA compliant furniture, furniture that supports integrated power and data solutions; and the following mandatory services: site surveys, space planning, electronic product visuals, schematics, ergonomic support services.
There are additional non-mandatory products and services within the scope of this lot which are detailed in the ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 45%
Price
/ Weighting:
55%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2023
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st May 2023 for an initial period of twenty-four (24) months until 30th April 2025 with the option to extend the Agreement for two periods of twelve (12) months until 30th April 2027 subject to satisfactory Economic Operator performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 3
II.2.1) Title
Lot 3- Residential Furniture (Northern Ireland)
II.2.2) Additional CPV code(s)
39110000
39120000
39130000
39140000
39150000
50850000
79934000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The supply, delivery and installation of the following mandatory categories of product: Beds, Mattresses, Bedroom Storage, Study Furniture, Kitchen and Bathroom Storage, Soft Seating and Kitchen and Dining Furniture; and the following mandatory services: Site Surveys, Space Planning, electronic product visuals, schematics, Ergonomic support services.
There are additional non-mandatory products and services within the scope of this lot which are detailed in the ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 45%
Price
/ Weighting:
55%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2023
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st May 2023 for an initial period of twenty-four (24) months until 30th April 2025 with the option to extend the Agreement for two periods of twelve (12) months until 30th April 2027 subject to satisfactory Economic Operator performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 16
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-019989
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/01/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
30/01/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
https://www.local.gov.uk
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
http://www.nationalparks.uk
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
https://www.police-information.co.uk/index.html
http://www.scotland.police.uk
Fire and Rescue Services in the United Kingdom
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
NHS Bodies England
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Hospices in the UK
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
https://www.gov.uk/government/organisations/charity-commission
http://www.oscr.org.uk
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
www.cas.org.uk
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
http://online.hscni.net
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
https://www.psni.police.uk
VI.4) Procedures for review
VI.4.1) Review body
NWUPC Ltd
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
UK
Telephone: +44 1612348000
E-mail: procurement@nwupc.ac.uk
VI.5) Date of dispatch of this notice
13/12/2022