Opportunity

Manufacture and Supply of Domestic Kitchens and Associated Products

  • LHC

F02: Contract notice

Notice reference: 2022/S 000-007698

Published 22 March 2022, 11:47am



The closing date and time has been changed to:

7 June 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LHC

Royal House 2-4 Vine Street

Uxbridge

UB81QE

Contact

WALEED SAJJID

Email

waleed.sajjid@lhc.gov.uk

Telephone

+44 7376014508

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

https://www.lhc.gov.uk/

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