Section one: Contracting authority
one.1) Name and addresses
LHC
Royal House 2-4 Vine Street
Uxbridge
UB81QE
Contact
WALEED SAJJID
Telephone
+44 7376014508
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
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://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Sector Framework Provider
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Manufacture and Supply of Domestic Kitchens and Associated Products
Reference number
K7
two.1.2) Main CPV code
- 39141000 - Kitchen furniture and equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
This opportunity is a national framework listed by LHC on behalf of:
LHC
Scottish Procurement Alliance (SPA)
Consortium Procurement Construction (CPC)
Welsh Procurement Alliance (WPA)
South West Procurement Alliance (SWPA)
LHC is seeking interest from suitable organisations for our Manufacture and Supply of Domestic Kitchens and Associated Products (K7)
This procurement exercise is to establish a replacement to our successful K6 - Kitchen Supply framework. the scope of this framework will be the manufacture and supply of high quality domestic kitchens, worktops, and associated products which should be suitable for use in both public sector housing and non-housing buildings throughout England, Wales and Scotland.
Building on our existing K6 framework, with K7 we are focusing on enhancing the supply of affordable and quality kitchen ranges including, inclusive (disability) ranges.
The framework is based on manufacture and supply only, there is no installation element expected to be delivered through this framework.
Please note as part of the bid assessment process LHC intend to carry out a scored factory visit at the main manufacturing location for the products that will be supplied by the bidder for this framework. During the tender period organisations that express their intention to bid for this opportunity will be requested the details of their factory location to enable LHC to plan the number and locations of likely factory visits to be carried out.
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39141000 - Kitchen furniture and equipment
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Bidders will need to be able to provide a high level of service to undertake surveys, provide advice and guidance to clients, provide product design information, and quotation at pre supply phase of all kitchen cabinets, worktops, and associated products
Bidders will be required to provide a range of kitchen units,
worktops, taps, sinks, handles, and associated kitchen products.
A three-tier banding of kitchen units and associated products will be implemented as Affordable, Premium, and Luxury ranges, reflecting different cost points of the products and taking into consideration that premium and luxury kitchens may have additional style options such as cornice, pelmets, under cupboard lighting, soft closers, colour matched units, additional storage solutions etc.
Bidders will be required to demonstrate their ability to provide all 3 quality ranges in a variety of door finishes and styles, with a fixed pricing for all styles under each quality range.
In addition to the standard kitchens, where available Bidders will be able to supply a range of inclusive kitchens (disability range) for tenants with additional needs. These adaptions will include worktop adaptions, wall units with variable height access, base units for wheelchair entry and white goods that are user friendly for tenants with additional needs.
Where available, Bidders will be able to offer a range of white goods and cooking equipment (hobs and ovens) in line with relative energy efficiency rating system introduced on 01/03/2021, these are to be of a reputable brand also with the availability of parts in the event of repair.
In addition to the supply of kitchens, if requested bidders also need to be able to provide support services to clients using the framework:
• Survey, design and advice services
• Mood boards and sample products to aid tenant design selection
• Assistance with tenant design choice sessions
• User guide for materials
• Quotations
two.2.5) Award criteria
Quality criterion - Name: Quality Questions / Weighting: 30
Quality criterion - Name: Factory Visits / Weighting: 15
Quality criterion - Name: LHC'S Lifetime Values Questions / Weighting: 15
Price - Weighting: 40
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.2.14) Additional information
LHC will appoint up to 6 organisations to ensure Clients should have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.
LHC reserves the right to appoint additional companies to ensure effective coverage, good regional representation of appointed companies and sufficient competition.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Health and Safety
Bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum
Environmental Management
UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
Quality Management
UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
Evidence of Compliance with Equality Act 2010
Bidders will be required to evidence through a number of confirmatory statements they are compliant with the Equality Act 2010 and have measures in place to promote equality and diversity within their organisation.
Minimum warranty
Kitchen Cabinets / Carcass: 10 Years
Doors & Drawer Fronts : 5 Years
Ironmongery & Accessories :5 Years
Worktops : 10 Years
three.1.2) Economic and financial standing
List and brief description of selection criteria
TURNOVER
Minimum average annual turnover requirement (over 4 previous years trading) for each lot is 300,000 GBP.
INSURANCE REQUIREMENTS
Employers (Compulsory) Liability Insurance 5,000,000 GBP
Public Liability Insurance 5,000,000 GBP
Product Liability Insurance 1,000,000 GBP
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: 6
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: 2021/S 000-030855
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 May 2022
Local time
12:00pm
Changed to:
Date
7 June 2022
Local time
12:00pm
See the change notice.
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
19 May 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor
up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.
Bidders must beware that LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:
- to generate employment and training opportunities for priority groups;
- vocational training;
- to up-skill the existing workforce;
- equality and diversity initiatives;
- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;
- supply-chain development activity;
- to build capacity in community organisations;
- educational support initiatives.
Please use the following link, and select LHC using the 'Portal' or 'Organisation' drop down filter to access the tender on LHC's eTendering portal.
https://procontract.due-north.com/Opportunities
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Roseberry Court, Central Avenue, St Andrews Business Park
Norwich
NR7 0HS
Country
United Kingdom