Section one: Contracting authority
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Telephone
+44 1313486620
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Devolved Parliament
one.5) Main activity
Other activity
Legislative Body
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Furniture and Associated Services at Holyrood and MSP Local Offices
Reference number
NIC-G&S-122
two.1.2) Main CPV code
- 39130000 - Office furniture
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Scottish Parliamentary Corporate Body requires a Contractor to provide furniture and associated services including the supply, re-use, refurbishment, delivery and installation at Holyrood, Local Offices, homeworkers, and office holders addresses.
Included within the contract provisions of the furniture requirement are space planning, design, dismantling, repair, collection, removal, and recycling across all Scottish Parliament Premises.
Along with the storage of furniture for reuse, Local Office audit reports and full inventory upkeep are required.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39130000 - Office furniture
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Holyrood and locations throughout Scotland including the Highlands and Islands.
two.2.4) Description of the procurement
The Scottish Parliamentary Corporate Body requires a Contractor to provide furniture and associated services including the supply, re-use, refurbishment, delivery and installation at Holyrood, Local Offices, homeworkers, and office holders addresses.
Included within the contract provisions of the furniture requirement are space planning, design, dismantling, repair, collection, removal, and recycling across all Scottish Parliament Premises.
Along with the storage of furniture for reuse, Local Office audit reports and full inventory upkeep are required.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
two x 12 month extensions at the sole discretion of the SPCB.
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
two.2.14) Additional information
Samples are weighted at 10% of the technical evaluation and will be required as part of the evaluation process. Further inform can be found in the Invitation to Tender Letter.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the
financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about
how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at
http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its
current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required
assessment of financial standing to be carried out.
Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower
credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company
Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a
stable or improved financial standing then the tender may be rejected.
Minimum level(s) of standards possibly required
The tenderer must have the following insurance levels:
Employers Liability 10,000,000.00
Public Liability 10,000,000.00
Product Liability 10,000,000.00
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to 4C of the SPD, tenderers are required to provide two examples of your organisation's experience in delivering furniture and services including but not limited to the different types of furniture you supply and the broad range of services (including reporting mechanisms, re-use, refurbishment etc.) which are detailed within the contract specification documents.
Samples are required as part of your bid submission and will be assessed for health and safety, durability and quality. Details can be found within the ITT letter.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the contract specification for the full requirements of the goods and services.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
13 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 March 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The next tender exercise will commence in 2029.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Furniture samples are required as part of the tender evaluation and have a 10% weighting applied to them. Further information can be obtained from the Invitation to Tender letter.
The opportunity for bidders to view the premises can be facilitated by the SPCB. Requests to do so should be submitted via PCS-T.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23488. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are required as part of this contract. Full information can be found in the contract specification documentation.
(SC Ref:721125)
six.4) Procedures for review
six.4.1) Review body
The Scottish Parliament
Holyrood
Edinburgh
EH99 1SP
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Edinburgh Sheriff Court House
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom