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.

Contract Notice

Furniture and Associated Services

  • First published: 04 November 2019
  • Last modified: 04 November 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
04 November 2019
Deadline date:
02 December 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories). Suppliers will also offer a selection of remanufactured, refurbished and recycled office furniture items to meet buyer(s) requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/crown-commercial-service

Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk

I.3) Communication

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

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://crowncommercialservice.bravosolution.co.uk


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Furniture and Associated Services

Reference number: RM6119

II.1.2) Main CPV code

39100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This framework will provide furniture and associated services to the public sector buyers detailed in the contract notice authorised customer list.

The new framework contract will replace the existing supply, delivery and installation of furniture and associated services framework (RM3812).

The policy drivers supporting the development and procurement of this framework are to:

— provide buyers with a route to market compliant with EU regulations,

— offer a simplified agreement for both buyers and suppliers,

— be attractive to small-medium sized enterprises (SMEs), and

— achieve value for money.

The supplier shall provide services to buyers in the jurisdictional area of England and Wales.

This framework will consist of 8 lots. The framework will be established for 24 months with the option to extend for up to 2 further periods of 12 months. Any extension will be executed at the discretion of the authority.

II.1.5) Estimated total value

Value excluding VAT: 400 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 8

II.2) Description

Lot No: 1

II.2.1) Title

Office Furniture

II.2.2) Additional CPV code(s)

39100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories). Suppliers will also offer a selection of remanufactured, refurbished and recycled office furniture items to meet buyer(s) requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 45 410 000.00  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

It is envisaged that a framework contract will be awarded to 9 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 1 is 9th position.

Lot No: 2

II.2.1) Title

Residential Furniture

II.2.2) Additional CPV code(s)

39100000

39120000

39140000

39143000

39700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of residential furniture (including but not limited to living and dining furniture) and associated services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 16 000 000.00  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

It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 2 is 4th position.

Lot No: 3

II.2.1) Title

Secure Furniture

II.2.2) Additional CPV code(s)

44421000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of Centre for the Protection of National Infrastructure (CPNI) rated secure furniture and associated services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  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

It is envisaged that a framework contract will be awarded to 3 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 3 is 3rd position.

Lot No: 4

II.2.1) Title

Bespoke/Fitted Furniture

II.2.2) Additional CPV code(s)

39100000

45421153

79934000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of bespoke/fitted furniture (including courtroom furniture) to meet buyer(s) requirements and associated services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  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

It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 4 is 4th position.

Lot No: 5

II.2.1) Title

High Density Steel Storage

II.2.2) Additional CPV code(s)

39100000

44421000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of a range of trade pattern static and mobile storage solutions and associated services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  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

It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 5 is 4th position.

Lot No: 6

II.2.1) Title

Education Furniture

II.2.2) Additional CPV code(s)

39100000

39160000

39161000

39180000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of education furniture to meet primary, secondary, Higher Educational and Further Education needs and associated services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  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

It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 6 is 4th position.

Lot No: 7

II.2.1) Title

Repair and Renovation Services

II.2.2) Additional CPV code(s)

39100000

39114100

39157000

50850000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of repair and renovation services for residential furniture.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 400 000.00  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

It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 7 is 4th position.

Lot No: 8

II.2.1) Title

Hubs Furniture

II.2.2) Additional CPV code(s)

39100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of office furniture goods and/or services in line with HMRC design guide and associated services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 101 200 000.00  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

It is envisaged that a framework contract will be awarded to 8 suppliers for this lot.

The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 8 is 8th position.

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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (‘ITT’) registering for access.

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: 40

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

An electronic auction will not be used at the framework level. However, Buyers reserve the right to use an electronic auction at the call-off stage.

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:

2018/S 221-505180

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

Date: 02/12/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/12/2019

Local time: 15:01

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

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/69f28819-4195-42f1-965a-53e4a2510dae

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract, and carry out due diligence accordingly.

On 2/4/2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link ‘I am a new supplier user’;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun&Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs Open to All Suppliers;

3) On the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on Express Interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at

help@bravosolution.co.uk or call 0800 069 8630.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

UK

VI.5) Date of dispatch of this notice

30/10/2019

Coding

Commodity categories

ID Title Parent category
44421000 Armoured or reinforced safes, strongboxes and doors Goods used in construction
39143000 Bedroom, dining room and living-room furniture Domestic furniture
39700000 Domestic appliances Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39140000 Domestic furniture Furniture
39100000 Furniture Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
79934000 Furniture design services Specialty design services
45421153 Installation of built-in furniture Joinery work
39161000 Kindergarten furniture School furniture
39180000 Laboratory furniture Furniture
39157000 Parts of furniture Miscellaneous furniture and equipment
50850000 Repair and maintenance services of furniture Miscellaneous repair and maintenance services
39160000 School furniture Furniture
39120000 Tables, cupboards, desk and bookcases Furniture
39114100 Upholstering Parts of seats

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.