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
supplier@crowncommercial.gov.uk
Telephone
+44 3345410222
Country
United Kingdom
Region code
UK - United Kingdom
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://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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom