Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 01924664685
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
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/register?ReadForm
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/register?ReadForm
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
YPO - 001133 Office Furniture Products
Reference number
001133
two.1.2) Main CPV code
- 39100000 - Furniture
two.1.3) Type of contract
Supplies
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of Office Furniture Products. This Framework is designed to allow YPO to meet the needs of all public sector organisations by establishing an agreement for Providers to deliver to YPO customers on a direct basis whereby the end customer places the order with YPO and YPO places the order with the Provider, but the Provider delivers direct to the end customer.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
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
Lot 1 - Office Furniture Products – 24-hour delivery
Lot No
1
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 Office Furniture 24h delivery – covering office chairs, tables, wooden storage and metal storage etc.
Provider(s) are required to be able to supply and deliver (in to ground floor, undercover, location) on to customers individual sites throughout the UK a full range of office furniture products within 24-hours of order receipt (Monday – Friday, orders sent on Friday should be delivered on the next available working day).
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 30%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2026
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 1st January 2023 to 31st December 2024 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of May 2024 and will be dependent on satisfactory completion of all aspects of the Framework and any Call-off Contracts to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 1st January 2023 to 31st December 2026 (subject to an annual review, incorporating price negotiations and KPI performance).
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
Lot 2 - Office Furniture Products
Lot No
2
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 Office Furniture complete products solutions – covering office chairs, office tables, wooden storage, metal storage, breakout soft seating and reception furniture.
Provider(s) are required to be able to supply, deliver and install in to customers individual sites throughout the UK a full range of office furniture products. On delivery of an item, it is the Providers responsibly to remove / dispose of the packaging.
Product ranges incorporating (but not limited to) workstations, storage, swivel chairs, breakout, and meeting furniture.
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 30%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2026
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 1st January 2023 to 31st December 2024 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of May 2024 and will be dependent on satisfactory completion of all aspects of the Framework and any Call-off Contracts to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 1st January 2023 to 31st December 2026 (subject to an annual review, incorporating price negotiations and KPI performance).
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
Lot 3 - Office Furniture Products – Home Working Items
Lot No
3
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 Home Working Furniture – covering office chairs, tables, wooden storage, metal storage etc
Provider(s) are required to be able to supply and deliver on to customers individual sites throughout the UK a full range of office furniture products. Providers should have multiple delivery options within this Lot including (but not limited to) delivery to individual homes or delivery to central locations.
Items may be delivered flat pack for self-assembly but must include the relevant tools and instructions needed.
Product ranges incorporating (but not limited to) workstations, storage, swivel chairs, breakout, and meeting furniture.
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 30%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2026
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 1st January 2023 to 31st December 2024 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of May 2024 and will be dependent on satisfactory completion of all aspects of the Framework and any Call-off Contracts to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 1st January 2023 to 31st December 2026 (subject to an annual review, incorporating price negotiations and KPI performance).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ section of this notice.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Framework Agreement Terms and Conditions located in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ Section in this 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
In the case of framework agreements, provide justification for any duration exceeding 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
Originally published as:
Date
4 July 2022
Local time
12:00pm
Changed to:
Date
6 July 2022
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 July 2022
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: There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
six.3) Additional information
YPO are purchasing on behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users
YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom