Section one: Contracting authority
one.1) Name and addresses
LHC
Royal House 2-4 Vine Street
Uxbridge
UB81QE
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 notice is listed by LHC.
The framework covers the geographical area of England.
This framework is for designed for manufacturers to supply and deliver 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.
K7 focuses 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 to be delivered through this framework.
This framework agreement will commence on the 1st September 2022 and will last for 48 months.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,000,000
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
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
Various places throughout England
two.2.4) Description of the procurement
Appointed Companies for this framework to offer a range of kitchen units, worktops, taps, sinks, handles, and associated kitchen products.
To offer a high level of service to undertake surveys, providing advice and guidance to clients, providing product design information, and quotation at pre supply phase of all kitchen cabinets, worktops, and associated products.
Appointed Companies for this framework offer both a design, manufacture and supply only for this lot.
two.2.5) Award criteria
Quality criterion - Name: Quality Questions / Weighting: 30
Quality criterion - Name: Factory Visits / Weighting: 15
Quality criterion - Name: LHC Lifetime Values Questions / Weighting: 15
Price - Weighting: 40
two.2.11) Information about options
Options: No
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
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 000-007698
Section five. Award of contract
Lot No
1
Title
Manufacture and Supply of Domestic Kitchens and Associated Products
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 August 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Travis Perkins Trading Company Limited
Lodge Way House
Northampton
NN5 7UG
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
00733503
The contractor is an SME
No
five.2.3) Name and address of the contractor
Joinery & Timber Creations (65) Ltd
27 Harrison Road
Dundee
DD2 3SN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
SC099154
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Magnet Limited
Churwell Vale, Shaw Cross Business Park
Dewsbury
WF12 7RD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02762625
The contractor is an SME
No
five.2.3) Name and address of the contractor
Moores Furniture Group Ltd
Thorp Arch Estate
Wetherby
LS23 7DD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01083749
The contractor is an SME
No
five.2.3) Name and address of the contractor
Richmond Furniture Ltd
Regent House, Hadfield Industrial Estate
Hadfield
SK9 7NZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
11723196
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Paula Rosa Manhattan t/a Dennis & Robinson Ltd
Blenheim Road, Lancing Business Park
Lancing
BN15 8UH
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
00460938
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section six. Complementary information
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 - WPA and Scottish Procurement Alliance- SPA) 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 Public Contracts (Scotland) 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 and registered charities.
Under the terms of this contract the successfully appointed contractors will be required to required to deliver community benefits in support of the public body's economic and social
objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.
The community benefits included in this contract are:
- 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.
Clients wishing to use the framework will need to refer to the further information and guidance document available for this framework which will be available on the LHC,SPA,
WPA, CPC and SWPA websites, or request further information from are presentative of the LHC group to identify the specific list of contractors appointed in each regional area within
each lot.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom