Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
PO Box 1720
HUDDERSFIELD
HD1 9EL
Contact
Ellie Nelson
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
The Supply and Delivery of Ergonomic Furniture and Associated Services
Reference number
KMCCW-055
two.1.2) Main CPV code
- 39130000 - Office furniture
two.1.3) Type of contract
Supplies
two.1.4) Short description
Kirklees Council are inviting tender for the supply and delivery of ergonomic furniture and associated services.
two.1.5) Estimated total value
Value excluding VAT: £160,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 33141700 - Orthopaedic supplies
- 39113700 - Footrests
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
Tenders are invited by Kirklees Council from suppliers for the provision of the Supply and Delivery of Ergonomic Furniture and Associated Services.
The furniture and equipment required will be supplied as part of a process to help individual employees undertake their duties more effectively and help them overcome barriers that may exist due to disability, ill health or other issues which requires the standard equipment provided in the workplace to be improved on.
As well as the provision of the specific physical items it is envisaged that the Supplier will provide qualified advice and guidance on the products needed for individual employees as part of the supply process.
The contract is anticipated to start on 1 November 2023 and expire on 31 October 2025 with the option to extend for a further two periods of twelve months each, meaning the final possible expiry date is 31 October 2027.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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: Yes
Description of options
The contract is anticipated to start on 1 November 2023 and expire on 31 October 2025 with the option to extend for a further two periods of twelve months each, meaning the final possible expiry date is 31 October 2027.
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
In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderers' Submission Document, which is available to download at:
https://yortender.eusupply.com/login.asp?B=YORTENDER
(https://yortender.eu-supply.com/login.asp?B=YORTENDER)
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.1.8) 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
17 July 2023
Local time
1:00pm
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
17 July 2023
Local time
1:01pm
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
Provided that the tender is submitted fully in accordance with the
requirements set out within the Specification and the remaining
sections of the procurement documents, the contract will be
awarded on the basis of the Most Economically Advantageous Tender based on 40% Quality and 60% Price.
Further specifics on the above award criteria can be found in the
procurement documentation that is available to access at
https://yortender.eusupply.com/login.asp?B=YORTENDER
(https://yortender.eu-supply.com/login.asp?B=YORTENDER)
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
n/a
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections
I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) 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). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting
proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the
Contract has not been awarded, 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 however the
Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective