UK-Preston: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.

UK-Preston: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
Group Support Centre, 4 The Pavillions, Portway, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: info@procurementhub.co.uk
Contact: Chris Harrison
Main Address: http://www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./36429GRY27
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/36429GRY27 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement Hub Furniture and Furnishings Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Procurement Hub are seeking applications from national suppliers of contract quality residential furniture and furnishings who can provide high quality services using a customer focused approach particularly in the public sector to create an end to end Furniture and Furnishings Framework. The specific goods and services that may be procured under the Framework will be vast and wide ranging in terms of complexity, value and scope
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply of furniture and furnishings to Procurement Hub Members on a national basis. The furniture required can be broadly defined into a few categories. The first being furniture suitable for long term tenancies such as sheltered accommodation and older person schemes, the second being short term tenancies such as supported accommodation, the third being student accommodation. As the framework is sole supply the appointed supplier must be able to provide furniture to suit all accommodation types. As the framework is also available to the wider public sector the provider must also be able residential furniture suitable for use outside of the housing sector such as Govt departments, local authority, care and the NHS.

The most commonly purchased items of furniture are for communal living areas and bedrooms including armchairs, mattresses, sofas, beds, drawers, dining tables, dining chairs, wardrobes, tub chairs and tables In addition accessories and soft furnishings typically purchased are kitchen accessories, bedding, curtains and blinds, shower curtains, wall art, towels, lamps and small electricals. In addition to the supply of goods, the successful provider will be required to provide associated services including a product advice and design service.

The duration of the framework is intended to last for a period of 4 years. Call-offs may be made in the final year of the Framework Agreement which may extend the durations beyond this period. It is intended that this Framework Agreement will be capable of being used by other Contracting Authorities in UK. This procurement is being undertaken by the contracting authority for itself and as lead authority for the benefit of other organisations set out below as referred to in I.1 (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed) and for the benefit of any Contracting Authority that may fall within the geographical remit of this agreement.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/36429GRY27


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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/01/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 08/01/2021
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./36429GRY27

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/36429GRY27
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 04/12/2020

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Procurement Hub
www.procurementhub.co.uk/eligibility-criteria/, www.procurementhub.co.uk/eligibility-criteria/, PR2 2YB, United Kingdom
Email: info@procurementhub.co.uk
Main Address: http://www.procurementhub.co.uk
NUTS Code: UK