Section one: Contracting authority
one.1) Name and addresses
LHC for the Scottish Procurement Alliance (SPA)
6 Deer Park Avenue
Livingston
EH54 8AF
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
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
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
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