Opportunity

Furniture & Associated Services 2

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2023/S 000-021829

Published 27 July 2023, 2:02pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3345410222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Furniture & Associated Services 2

Reference number

RM6308

two.1.2) Main CPV code

  • 39100000 - Furniture

two.1.3) Type of contract

Supplies

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Furniture and associated services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all in scope requirements of the UK Central Government. The initial position, subject to engagement, is for a Lot structure that covers (but not limited to): office furniture, residential furniture, education furniture, steel storage, repair / renovation / reuse / recycle.

Lot Structure is as follows:

Lot 1 - Office Furniture (Standard & Government Corporate)

Lot 2 - MOD Office

Lot 3 - Residential Furniture

Lot 4 - High Density Steel Storage

Lot 5 - Sustainability

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £400,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

No restrictions on lots

two.2) Description

two.2.1) Title

Office Furniture (Standard and Gov Corporate)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 39100000 - Furniture
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39113600 - Benches
  • 39120000 - Tables, cupboards, desk and bookcases
  • 39130000 - Office furniture
  • 39131000 - Office shelving
  • 39142000 - Garden furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39160000 - School furniture
  • 39162000 - Educational equipment
  • 39173000 - Storage units
  • 39180000 - Laboratory furniture
  • 39181000 - Laboratory benching
  • 39224340 - Bins
  • 50850000 - Repair and maintenance services of furniture
  • 63120000 - Storage and warehousing services
  • 79934000 - Furniture design services

two.2.3) Place of performance

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

Not Mandatory

two.2.4) Description of the procurement

Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories) in line with GPA Design Guide. Suppliers will also offer remanufactured, refurbished and recycled office furniture items to meet Buyer(s) Call-Off Contract requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £275,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is, 36 months with an option to extend for a further 12 months

CCS reserve the right to extend lots by varying durations

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

Places to be awarded on Lot 1 – Eight (8)

two.2) Description

two.2.1) Title

MOD Office Furniture

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 39100000 - Furniture
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39113600 - Benches
  • 39120000 - Tables, cupboards, desk and bookcases
  • 39130000 - Office furniture
  • 39131000 - Office shelving
  • 39142000 - Garden furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39160000 - School furniture
  • 39162000 - Educational equipment
  • 39173000 - Storage units
  • 39180000 - Laboratory furniture
  • 39181000 - Laboratory benching
  • 39224340 - Bins
  • 50850000 - Repair and maintenance services of furniture
  • 63120000 - Storage and warehousing services
  • 79934000 - Furniture design services

two.2.3) Place of performance

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

Not Mandatory

two.2.4) Description of the procurement

Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories) in line with MOD requirements. Suppliers will also offer re manufactured, refurbished and recycled office furniture items to meet Buyer(s) Call-Off Contract requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £35,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is, 36 months with an option to extend for a further 12 months

CCS reserve the right to extend lots by varying durations

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

Places to be awarded on Lot 2– Five (5)

two.2) Description

two.2.1) Title

Residential Future

Lot No

3

two.2.2) Additional CPV code(s)

  • 39100000 - Furniture
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39120000 - Tables, cupboards, desk and bookcases
  • 39140000 - Domestic furniture
  • 39143000 - Bedroom, dining room and living-room furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39173000 - Storage units
  • 50850000 - Repair and maintenance services of furniture
  • 79934000 - Furniture design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of residential furniture and associated services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £45,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is, 36 months with an option to extend for a further 12 months

CCS reserve the right to extend lots by varying durations

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

Places to be awarded on Lot 3 – Five (5)

two.2) Description

two.2.1) Title

High Density Steel Storage

Lot No

4

two.2.2) Additional CPV code(s)

  • 39100000 - Furniture
  • 39131000 - Office shelving
  • 39131100 - Archive shelving
  • 39173000 - Storage units
  • 79934000 - Furniture design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of a range of trade pattern static and mobile storage solutions and associated services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is, 36 months with an option to extend for a further 12 months

CCS reserve the right to extend lots by varying durations

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

Places to be awarded on Lot 4 – Three (3)

two.2) Description

two.2.1) Title

Sustainability - Repair and Renovation

Lot No

5

two.2.2) Additional CPV code(s)

  • 39100000 - Furniture
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39113600 - Benches
  • 39114100 - Upholstering
  • 39120000 - Tables, cupboards, desk and bookcases
  • 39130000 - Office furniture
  • 39131000 - Office shelving
  • 39142000 - Garden furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39157000 - Parts of furniture
  • 39160000 - School furniture
  • 39162000 - Educational equipment
  • 39173000 - Storage units
  • 39180000 - Laboratory furniture
  • 39181000 - Laboratory benching
  • 50850000 - Repair and maintenance services of furniture
  • 63120000 - Storage and warehousing services
  • 79934000 - Furniture design services
  • 98392000 - Relocation services

two.2.3) Place of performance

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

Not Mandatory

two.2.4) Description of the procurement

Provision of sustainability requirements for furniture fulfilment and/or sustainable disposal. This will include, but is not limited to:

Remanufacturing of own assets, Reuse of goods, Buying of remanufactured / sustainable furniture. This Lot also includes MOD repair and renovation services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is, 36 months with an option to extend for a further 12 months

CCS reserve the right to extend lots by varying durations

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

Places to be awarded on Lot 5 – Six (6)


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

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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

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: 2022/S 000-010217

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 September 2023

Local time

3:00pm

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

Tender must be valid until: 6 March 2024

four.2.7) Conditions for opening of tenders

Date

8 September 2023

Local time

3:01pm


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

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/81610446-d56e-4c5e-98fa-f59a79a59069

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/