Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
education.corporate@scotland-excel.org.uk
Telephone
+44 3003001200
Fax
+44 1416187423
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
http://www.scotland-excel.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply, Delivery & Installation of Education & Office Furniture
Reference number
0620
two.1.2) Main CPV code
- 39100000 - Furniture
two.1.3) Type of contract
Supplies
two.1.4) Short description
This framework will provide Councils and other participating bodies with a mechanism to procure a range of furniture suitable for classrooms, pre-5 environments, dining rooms, flexible learning and workspaces, office environments, meeting rooms and reception areas.
two.1.5) Estimated total value
Value excluding VAT: £32,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Education Furniture
Lot No
1
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39111000 - Seats
- 39160000 - School furniture
- 39111100 - Swivel seats
- 39110000 - Seats, chairs and related products, and associated parts
- 39113000 - Miscellaneous seats and chairs
- 39150000 - Miscellaneous furniture and equipment
- 39121000 - Desks and tables
- 39121100 - Desks
- 39173000 - Storage units
- 39133000 - Display units
- 39122000 - Cupboards and bookcases
- 39122200 - Bookcases
- 39120000 - Tables, cupboards, desk and bookcases
- 39121200 - Tables
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot is for the supply, delivery and installation of various styles of education seating, desks and tables and education storage furniture.
The styles of education seating include but are not limited to general pupil chairs, ICT chairs, assembly chairs, folding chairs and stackable chairs.
The styles of desks and tables include but are not limited to general pupil desks, height adjustable pupil desks, exam desks, science desks, project tables, teachers desks, ICT desks and flip top tables.
The styles of storage include but are not limited to mobile storage units, cupboards, bookcases, folio storage, tote tray storage, pedestal units, tambour storage and storage lockers.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
two.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Education Dining Furniture
Lot No
2
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39112100 - Dining chairs
- 39113300 - Bench seats
- 39113500 - Stools
- 39110000 - Seats, chairs and related products, and associated parts
- 39120000 - Tables, cupboards, desk and bookcases
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot is for the supply, delivery and installation of various styles of education dining furniture.
The styles of dining furniture include but are not limited to folding tables, fixed leg tables, bistro tables, stacking / folding benches and mobile tables.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
two.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Pre-5 Furniture
Lot No
3
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39161000 - Kindergarten furniture
- 39111000 - Seats
- 39113000 - Miscellaneous seats and chairs
- 39121000 - Desks and tables
- 39121100 - Desks
- 39133000 - Display units
- 39120000 - Tables, cupboards, desk and bookcases
- 39122000 - Cupboards and bookcases
- 39122200 - Bookcases
- 39110000 - Seats, chairs and related products, and associated parts
- 39150000 - Miscellaneous furniture and equipment
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot is for the supply, delivery and installation of various styles of pre - 5 furniture.
The styles of pre - 5 furniture include but are not limited to infant / toddler seating, teacher seating, infant / toddler desks, pre-5 storage units and an infant / toddler cloakroom units.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
two.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Office Furniture
Lot No
5
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39130000 - Office furniture
- 39111000 - Seats
- 39111100 - Swivel seats
- 39110000 - Seats, chairs and related products, and associated parts
- 39113000 - Miscellaneous seats and chairs
- 39121000 - Desks and tables
- 39121100 - Desks
- 30199500 - Box files, letter trays, storage boxes and similar articles
- 30193700 - File storage box
- 39173000 - Storage units
- 39120000 - Tables, cupboards, desk and bookcases
- 39133000 - Display units
- 39122000 - Cupboards and bookcases
- 39122200 - Bookcases
- 39156000 - Lounge and reception-area furniture
- 39150000 - Miscellaneous furniture and equipment
- 39151300 - Modular furniture
- 39134100 - Computer tables
- 39121200 - Tables
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot is for the supply, delivery and installation of various styles of office seating, desks and tables, meeting room and reception furniture and office storage furniture.
The styles of office seating include but are not limited to operator / task chairs, visitor chairs, executive style chairs, draughtsman chairs, stools and meeting room chairs.
The styles of office desks and tables include but are not limited to desk screens, pedestals, cantilever desks, bench desks, height adjustable desks, panel end desks, general multi purpose tables, folding tables and flip top tables.
The styles of office meeting room and reception furniture include but are not limited to conference room tables, reception area / meeting room coffee tables, reception seating and privacy / acoustic shelter seating.
The styles of office storage furniture include but are not limited to double door storage units, tambour units, filing cabinets, personal storage lockers and bookcases.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
two.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Education Full Kit Out
Lot No
4
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39160000 - School furniture
- 39111000 - Seats
- 39121000 - Desks and tables
- 39112100 - Dining chairs
- 39143200 - Dining-room furniture
- 39143210 - Dining tables
- 39113000 - Miscellaneous seats and chairs
- 39111100 - Swivel seats
- 39110000 - Seats, chairs and related products, and associated parts
- 39121100 - Desks
- 39122000 - Cupboards and bookcases
- 39122200 - Bookcases
- 39120000 - Tables, cupboards, desk and bookcases
- 39133000 - Display units
- 39150000 - Miscellaneous furniture and equipment
- 39122100 - Cupboards
- 39155100 - Library equipment
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot is for the provision of an education full kit out facility.
For further information regarding the evaluation of this lot, please refer to the “0620 Evaluation Methodology” document, available within the relevant ITT on PCS-Tender.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
two.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Office Full Kit Out
Lot No
6
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39130000 - Office furniture
- 39111000 - Seats
- 39111100 - Swivel seats
- 39110000 - Seats, chairs and related products, and associated parts
- 39121000 - Desks and tables
- 39121100 - Desks
- 30193700 - File storage box
- 30199500 - Box files, letter trays, storage boxes and similar articles
- 39173000 - Storage units
- 39120000 - Tables, cupboards, desk and bookcases
- 39156000 - Lounge and reception-area furniture
- 39113000 - Miscellaneous seats and chairs
- 39122000 - Cupboards and bookcases
- 39122200 - Bookcases
- 39133000 - Display units
- 39150000 - Miscellaneous furniture and equipment
- 39151300 - Modular furniture
- 39134100 - Computer tables
- 39121200 - Tables
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot is for the provision of an office full kit out facility.
For further information regarding the evaluation of this lot, please refer to the “0620 Evaluation Methodology” document, available within the relevant ITT on PCS-Tender.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
two.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
INSURANCE REQUIREMENTS:
It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence.
PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of Products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.
Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. Relevant examples of previous supplies or services
2. Subcontracting
3. Quality Management Procedures
4. Environmental Management Systems or Standards
5. Health and Safety Procedures
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required:
Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the "0620 - III.1.3 Technical and Professional Ability" document, which can be found in the "Information and Instructions" folder in the "Buyer Attachments" area, within ITT 38047 of project 17595.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section “I.3) Communication” of this Contract Notice).
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 several operators
Envisaged maximum number of participants to the framework agreement: 20
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 169-410305
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 April 2021
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
9 April 2021
Local time
12:00pm
Place
Scotland Excel, Renfrewshire House, Cotton Street, Paisley PA1 1AR on https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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.3) Additional information
This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.
Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, Scottish Prison Service, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014.
Scotland Excel local authority members and associate members entitled to use this framework, are listed at http://www.scotlandexcel.org.uk/home/Aboutus/Ourmembers/Our_members.aspx
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative.
Scotland Excel reserves the right to appoint more or less tenderer than the envisaged maximum number to the proposed Framework Agreement.
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland):
-whether the Tenderer intends to subcontract any share of the contract to a third party;
-list of the proposed subcontracts as far as it is known at that stage; and
-what proportion/percentage of the contract does the Tenderer intend to subcontract.
Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately above.
CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS
As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis. Community Benefits details will be requested on a 6-monthly basis.
MI requires an itemised statement for Goods and services provided for each contracting authority who will be permitted to purchase under this proposed Framework Agreement down to a defined categorisation structure set out in the MI template.
In addition, details on the KPIs described in the Special Conditions must be provided. This KPI list is non exhaustive and KPIs will be confirmed with successful bidders at mobilisation.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17595. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This contract is for supply, delivery and installation. Not being a works contract, a sub-contract clause is not required.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:
*Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
*SME and social enterprise development
*Community engagement
As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this framework.
(SC Ref:645131)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court
3 St James' St
Paisley
PA3 2HL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session.