Section one: Contracting authority
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Riverside House, Main Street
Rotherham
S60 1AE
Contact
Annette Norfolk
annette.norfolk@rotherham.gov.uk
Telephone
+44 1709255759
Country
United Kingdom
NUTS code
UKE3 - South Yorkshire
National registration number
GB173552264
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
one.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=53018&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53018&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Installation of Floor Coverings
Reference number
22-004
two.1.2) Main CPV code
- 44112200 - Floor coverings
two.1.3) Type of contract
Supplies
two.1.4) Short description
Rotherham Borough Council is inviting bids from organisations who may be able to meet the Councils current and future requirements for the supply and fitting of domestic grade floor coverings to Council tenanted properties. The contract may also include the provision of underlay and associated items such as wooden grippers. The Council will confirm with the successful organisation during the contract term if / when this is required.
Commercial grade floor coverings are not a core requirement of this contract, however, the Council may utilise this contract for this provision on a project by project basis. However, all costs are indicative and do not carry any guarantee of value or volume of business over the contract term. Actual future needs may vary up or down and will be based on tenant choice and current trends, and assuming that uptake of the Furnished Homes Scheme will remain static moving forward into the new contract.
two.1.5) Estimated total value
Value excluding VAT: £3,410,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39530000 - Carpets, mats and rugs
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
- UK - United Kingdom
two.2.4) Description of the procurement
Rotherham Borough Council is inviting bids from organisations who may be able to meet the Councils current and future requirements for the supply and fitting of domestic grade floor coverings to Council tenanted properties. The contract may also include the provision of underlay and associated items such as wooden grippers. The Council will confirm with the successful organisation during the contract term if / when this is required.
Commercial grade floor coverings are not a core requirement of this contract, however, the Council may utilise this contract for this provision on a project by project basis. However, all costs are indicative and do not carry any guarantee of value or volume of business over the contract term. Actual future needs may vary up or down and will be based on tenant choice and current trends, and assuming that uptake of the Furnished Homes Scheme will remain static moving forward into the new contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,410,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom