Tender

HCC02/23- Framework Agreement for the Supply of Office and Commercial Furniture

  • Herts Fullstop Ltd

F02: Contract notice

Notice identifier: 2023/S 000-005435

Procurement identifier (OCID): ocds-h6vhtk-03ab78

Published 23 February 2023, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

Herts Fullstop Ltd

Mundells

Welwyn Garden City

AL7 1FT

Contact

Simon Hastings

Email

simon.hastings@hertfordshire.gov.uk

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.hertfordshire.gov.uk

Buyer's address

www.supplyhertfordshire.uk

one.3) Communication

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

www.hertfordshire.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.hertfordshire.gov.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

HCC02/23- Framework Agreement for the Supply of Office and Commercial Furniture

Reference number

HCC2214198

two.1.2) Main CPV code

  • 39130000 - Office furniture

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of a Framework Agreement for the supply of office and commercial furniture. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

two.1.5) Estimated total value

Value excluding VAT: £29,600,000

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

Framework Agreement for the Supply of Office and Commercial Furniture

Lot No

Framework

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39150000 - Miscellaneous furniture and equipment
  • 39130000 - Office furniture

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

Also open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for The Supply of Office and Commercial Furniture (herein after referred to as ‘Goods’) to Customers in various locations throughout the United Kingdom including: Offices, schools, colleges, universities, libraries, fire stations, police stations, hospitals, recreation centres, day centres and all other public sector establishments. The Contracting Authority is seeking suitably qualified Contractors to supply the Goods and any related Services under any Agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet titled HCC2214198 – Pricing Schedule. The requirement is for both conventional and modern office furniture that will be used to adapt to the changing way in which employees now work and tenderers are expected to offer solutions to the changing working environment. It is a requirement that the successful contractor(s) will not only supply the Goods but assemble, install, and place in position on site in an area agreed with the Customer. Delivery must be free of charge to all Customers, unless otherwise agreed with the Customer, for example, if the delivery was urgent and required for the following day. Delivery must be pre-booked with the Customer giving a minimum of 24 hours’ notice and arranged to fit in with the requirements and working hours of the Customer. The Customer must not help with the offloading of Goods or removal of the packaging. Deliveries must be fully installed and assembled in situ anywhere as required in the Customer’s site. Herts FullStop reserve the right to market and supply Office and Commercial furniture under its own brand for advertisement in its catalogue, website or associated publications. The requirement is for the Contractor to provide marketing literature and support to facilitate this. It is expected that the majority of the requirement will be for the items listed in HCC2214198 – Pricing Schedule. However, there will also be occasions when the Customers will require other items not included in the list of standard requirements and any additional items required should be priced at the discounted rates offered. The Goods required under this Framework Agreement have been split into the following Lots:- Lot 1 Office Chairs - Lot 2 Desking And Storage- Lot 3 Office Steel Storage- Lot 4 Collaborative Furniture- Lot 5 Residential Furniture - Lot 6 Complete Projects SolutionsThis Framework Agreement will be open to all UK public sector organisationsThe estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four-year term, together with the Individual Orders and their possible durations. It is anticipated that the term of the Individual Orders awarded under this Framework Agreement could be up to 4 years. For the avoidance of doubt, the estimated annual range of the Framework Agreement will be approximately GBP 500,000.00 to GBP 7,400,000.00.Please note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other Suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

two.2.6) Estimated value

Value excluding VAT: £29,000,000

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

two.2.14) Additional information

This Framework Agreement will be open to all UK public sector organisations including:Please refer to the Specification (Schedule 1) of the Framework Agreement Terms and Conditions

two.2) Description

two.2.1) Title

Office Chairs

Lot No

One

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39130000 - Office furniture
  • 39150000 - Miscellaneous furniture and equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

Award will be by Lot. Contractors must bid for all lines in order to be considered. The Contracting Authority is intending to award this Lot to a maximum of 8 contractors per Lot (placed in rank order of tendered score)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

two.2.6) Estimated value

Value excluding VAT: £29,600,000

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

two.2) Description

two.2.1) Title

Desking And Storage

Lot No

Two

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39130000 - Office furniture
  • 39150000 - Miscellaneous furniture and equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

Award will be by Lot. Contractors must bid for all lines in order to be considered. The Contracting Authority is intending to award this Lot to a maximum of 8 contractors per Lot (placed in rank order of tendered score)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

two.2.6) Estimated value

Value excluding VAT: £29,600,000

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

two.2.14) Additional information

This Framework Agreement will be open to all UK public sector organisations including.Please refer to the Specification (Schedule 1) of the Framework Agreement Terms and Conditions

two.2) Description

two.2.1) Title

Office Steel Storage

Lot No

Three

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39130000 - Office furniture
  • 39150000 - Miscellaneous furniture and equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

Award will be by Lot. Contractors must bid for all lines in order to be considered. The Contracting Authority is intending to award this Lot to a maximum of 8 contractors per Lot (placed in rank order of tendered score)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

two.2.6) Estimated value

Value excluding VAT: £29,600,000

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

two.2.14) Additional information

This Framework Agreement will be open to all UK public sector organisations. Please refer to the Specification (Schedule 1) of the Framework Agreement Terms and Conditions

two.2) Description

two.2.1) Title

Collaborative Furniture

Lot No

Four

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39130000 - Office furniture
  • 39150000 - Miscellaneous furniture and equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

Award will be by Lot. Contractors must bid for all lines in order to be considered. The Contracting Authority is intending to award this Lot to a maximum of 8 contractors per Lot (placed in rank order of tendered score)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

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

This Framework Agreement will be open to all UK public sector organisations including:Please refer to the Specification (Schedule 1) of the Framework Agreement Terms and Conditions

two.2) Description

two.2.1) Title

Residential Furniture

Lot No

Five

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39130000 - Office furniture
  • 39150000 - Miscellaneous furniture and equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

Award will be by lot Contractors must bid for all lines in order to be considered. The Contracting Authority is intending to award this lot to a maximum of 4 contractors (placed in rank order of tendered score

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

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

This Framework Agreement will be open to all UK public sector organisations includingPlease refer to the Specification (Schedule 1) of the Framework Agreement Terms and Conditions

two.2) Description

two.2.1) Title

Complete Projects Solutions

Lot No

Six

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39130000 - Office furniture
  • 39151000 - Miscellaneous furniture

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

open for use by the following Administrative Regions of the United Kingdom: All Local Government administered regions of England, Scotland, Wales and Northern Ireland.

two.2.4) Description of the procurement

Award will be by lot Contractors must complete the ‘mock project’ scenario on HCC2214198 – Pricing Schedule. The Contracting Authority is intending to award this lot to a maximum of 6 contractors (placed in rank order of tendered score).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

two.2.6) Estimated value

Value excluding VAT: £29,600,000

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

two.2.14) Additional information

This Framework Agreement will be open to all UK public sector organisations including:Please refer to the Specification (Schedule 1) of the Framework Agreement Terms and Conditions


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 several operators

Envisaged maximum number of participants to the framework agreement: 42

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Does not exceed 4 years

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

27 March 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 March 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.3) Additional information

Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Framework Agreement or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand London

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement 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 Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

six.4.4) Service from which information about the review procedure may be obtained

Chief Legal Officer

Hertfordshire County Council, County Hall

Hertford

SG13 8DE

Country

Afghanistan