Awarded contract

Manufacture and Supply of Domestic Kitchens and Associated Products

  • LHC for the Scottish Procurement Alliance (SPA)

F03: Contract award notice

Notice reference: 2022/S 000-024502

Published 1 September 2022, 3:29pm



Section one: Contracting authority

one.1) Name and addresses

LHC for the Scottish Procurement Alliance (SPA)

6 Deer Park Avenue

Livingston

EH54 8AF

Email

procurement@lhc.gov.uk

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scottishprocurement.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123

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

  • 39141400 - Fitted kitchens

two.1.3) Type of contract

Supplies

two.1.4) Short description

This notice is listed by LHC on behalf of the Scottish Procurement Alliance (SPA)

The framework will cover the geographical area of Scotland.

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: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £6,500,000

two.2) Description

two.2.1) Title

Domestic Kitchens - Standard lot

Lot No

1

two.2.2) Additional CPV code(s)

  • 39141000 - Kitchen furniture and equipment
  • 39141400 - Fitted kitchens
  • 39221000 - Kitchen equipment
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Appointed Companies for this lot 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 lot offer both a design, manufacture and supply only for this lot.

two.2.5) Award criteria

Quality criterion - Name: General Quality / Weighting: 30

Quality criterion - Name: Factory Visits / Weighting: 15

Quality criterion - Name: LHC's Lifetime Value Questions / Weighting: 15

Price - Weighting: 40

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) Description

two.2.1) Title

Domestic Kitchens - Supported Businesses

Lot No

2

two.2.2) Additional CPV code(s)

  • 39141000 - Kitchen furniture and equipment
  • 39141400 - Fitted kitchens
  • 39221000 - Kitchen equipment
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

For the Scotland region only, LHC introduced a Lot 2.

The requirement isidentical to that as set out in Lot 1; however this lot was reserved for bidders who are considered a Supported Business.

This reservation is being implemented by LHC in accordance with Regulation 21 of the Public Contracts (Scotland) Regulations 2016.

In accordance with the Public Contracts (Scotland) Regulations 2016 a supported business is considered to be an economic operator whose main aim is the social and professional integration of disabled or disadvantaged persons and where at least 30% of the employees of the economic operator are disabled or disadvantaged persons.

two.2.5) Award criteria

Quality criterion - Name: General Quality / Weighting: 30

Quality criterion - Name: Factory Visits / Weighting: 15

Quality criterion - Name: LHC's Lifetime Values Questions / Weighting: 15

Price - Weighting: 40

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


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 000-007704


Section five. Award of contract

Lot No

1

Title

Domestic Kitchens - Standard lot

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Joinery & Timber Creations (65) Ltd

Camperdown Works, 27 Harrison Road

Dundee

DD2 3SN

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Moores Furniture Group Limited

Thorp Arch Estate

Wetherby

LS23 7DD

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

five.2.3) Name and address of the contractor

TRAVIS PERKINS

NATIONAL SALES, LODGE WAY

NORTHAMPTONSHIRE

NN5 7UG

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

five.2.3) Name and address of the contractor

Magnet Contract Kitchen Solutions

Allington Way, Yarm Road Business Park

Darlington

DL1 4XT

Email

CKSSupport@magnet.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Richmond Furniture Ltd

Regent House, Waterside Ind Estate

Hadfield

SK13 1BS

Email

Gary.Tootell@richmond-furniture.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,500,000


Section five. Award of contract

Lot No

2

Title

Domestic Kitchens - Supported Businesses

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

City Building

350 Darnick Street

Glasgow

G21 4BA

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,500,000


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.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts (Scotland) Regulations 2015 and as listed on https:// www.scottishprocurement.scot/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 or registered charities.

(SC Ref:703733)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Country

United Kingdom

Internet address

https://www.lhc.gov.uk/

six.4.2) Body responsible for mediation procedures

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Country

United Kingdom