Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Manufacture and Supply of Domestic Kitchens and Associated Products

  • First published: 22 March 2022
  • Last modified: 09 May 2022

Contents

Summary

OCID:
ocds-kuma6s-119793
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
22 March 2022
Deadline date:
07 June 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This opportunity is a national framework listed by LHC on behalf of: Welsh Procurement Alliance (WPA) LHC Scottish Procurement Alliance (SPA) Consortium Procurement Construction (CPC) Welsh Procurement Alliance (WPA) South West Procurement Alliance (SWPA) LHC/WPA is seeking interest from suitable organisations for our Manufacture and Supply of Domestic Kitchens and Associated Products (K7) This procurement exercise is to establish a replacement to our successful K6 - Kitchen Supply framework. the scope of this framework will be the manufacture and supply of high quality domestic kitchens, worktops, and associated products which should be suitable for use in both public sector housing and non-housing buildings throughout England, Wales and Scotland. Building on our existing K6 framework, with K7 we are focusing on enhancing the supply of affordable and quality kitchen ranges including, inclusive (disability) ranges. The framework is based on manufacture and supply only, there is no installation element expected to be delivered through this framework. Please note as part of the bid assessment process LHC intend to carry out a scored factory visit at the main manufacturing location for the products that will be supplied by the bidder for this framework. During the tender period organisations that express their intention to bid for this opportunity will be requested the details of their factory location to enable LHC to plan the number and locations of likely factory visits to be carried out. CPV: 39141000, 39141000, 39141400, 39220000, 39221000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Royal House, 2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

E-mail: procurement@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhc.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert?advertId=c6ae4f71-be59-ec11-810e-005056b64545&fromProjectDashboard=True


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Manufacture and Supply of Domestic Kitchens and Associated Products

Reference number: K7

II.1.2) Main CPV code

39141000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This opportunity is a national framework listed by LHC on behalf of:

Welsh Procurement Alliance (WPA)

LHC

Scottish Procurement Alliance (SPA)

Consortium Procurement Construction (CPC)

Welsh Procurement Alliance (WPA)

South West Procurement Alliance (SWPA)

LHC/WPA is seeking interest from suitable organisations for our Manufacture and Supply of Domestic Kitchens and Associated Products (K7)

This procurement exercise is to establish a replacement to our successful K6 - Kitchen Supply framework. the scope of this framework will be the manufacture and supply of high quality domestic kitchens, worktops, and associated products which should be suitable for use in both public sector housing and non-housing buildings throughout England, Wales and Scotland.

Building on our existing K6 framework, with K7 we are focusing on enhancing the supply of affordable and quality kitchen ranges including, inclusive (disability) ranges.

The framework is based on manufacture and supply only, there is no installation element expected to be delivered through this framework.

Please note as part of the bid assessment process LHC intend to carry out a scored factory visit at the main manufacturing location for the products that will be supplied by the bidder for this framework. During the tender period organisations that express their intention to bid for this opportunity will be requested the details of their factory location to enable LHC to plan the number and locations of likely factory visits to be carried out.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

39141000

39141400

39220000

39221000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Bidders will need to be able to provide a high level of service to undertake surveys, provide advice and guidance to clients, provide product design information, and quotation at pre supply phase of all kitchen cabinets, worktops, and associated products

Bidders will be required to provide a range of kitchen units, worktops, taps, sinks, handles, and associated kitchen products. A three-tier banding of kitchen units and associated products will be implemented as Affordable, Premium, and Luxury ranges, reflecting different cost points of the products and taking into consideration that premium and luxury kitchens may have additional style options such as cornice, pelmets, under cupboard lighting, soft closers, colour matched units, additional storage solutions etc.

Bidders will be required to demonstrate their ability to provide all 3 quality ranges in a variety of door finishes and styles, with a fixed pricing for all styles under each quality range.

In addition to the standard kitchens, where available Bidders will be able to supply a range of inclusive kitchens (disability range) for tenants with additional needs. These adaptions will include worktop adaptions, wall units with variable height access, base units for wheelchair entry and white goods that are user friendly for tenants with additional needs.

Where available, Bidders will be able to offer a range of white goods and cooking equipment (hobs and ovens) in line with relative energy efficiency rating system introduced on 01/03/2021, these are to be of a reputable brand also with the availability of parts in the event of repair.

In addition to the supply of kitchens, if requested bidders also need to be able to provide support services to clients using the framework:

- Survey, design and advice services

- Mood boards and sample products to aid tenant design selection

- Assistance with tenant design choice sessions

- User guide for materials

- Quotations

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Questions / Weighting: 30

Quality criterion: Factory Visits / Weighting: 15

Quality criterion: LHC Lifetime Values Questions / Weighting: 15

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.14) Additional information

LHC will appoint up to 6 organisations within this lot to ensure Clients have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.

LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Health and Safety

Bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum

Environmental Management

UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

Quality Management

UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)

Evidence of Compliance with Equality Act 2010

Bidders will be required to evidence through a number of confirmatory statements they are compliant with the Equality Act 2010 and have measures in place to promote equality and diversity within their organisation.

Minimum warranty requirement:

Kitchen Cabinets / Carcass: 10 Years

Doors & Drawer Fronts : 5 Years

Ironmongery & Accessories :5 Years

Worktops : 10 Years

III.1.2) Economic and financial standing

List and brief description of selection criteria:

TURNOVER

Minimum average annual turnover requirement (over 4 previous years trading)is 300,000 GBP.

INSURANCE REQUIREMENTS

Employers (Compulsory) Liability Insurance 5,000,000 GBP

Public Liability Insurance 5,000,000 GBP

Product Liability Insurance 1,000,000 GBP


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.

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: 6

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:

2021/S 000-030862

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/05/2022

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: 19/05/2022

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Welsh Procurement Alliance. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=119793.

(WA Ref:119793)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

22/03/2022

Coding

Commodity categories

ID Title Parent category
39141400 Fitted kitchens Kitchen furniture and equipment
39221000 Kitchen equipment Kitchen equipment, household and domestic items and catering supplies
39220000 Kitchen equipment, household and domestic items and catering supplies Furnishing
39141000 Kitchen furniture and equipment Domestic furniture

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
22 March 2022
Deadline date:
07 June 2022 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
09 May 2022
Notice type:
14 Corrigendum
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
01 September 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
procurement@lhc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
09/05/2022 15:16
Notice date(s) changed
IV.2.2) Time limit
Old date: 19/05/2022 12:00
New date: 07/06/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 19/05/2022 12:30
New date: 07/06/2022 12:30

Dates being extended due to requirements being amended
09/05/2022 15:37
Warranty levels
Minimum warranty requirement:
Kitchen Cabinets / Carcass: 5 Years
Doors & Drawer Fronts : 5 Years
Ironmongery & Accessories :5 Years
Worktops : 5 Years

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.