Awarded contract

Manufacture and Supply of Domestic Kitchens and Associated Products

  • LHC for the Welsh Procurement Alliance (WPA)

F03: Contract award notice

Notice reference: 2022/S 000-024504

Published 1 September 2022, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre

Ystrad Mynach

CF82 7FQ

Email

procurement@lhc.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.lhc.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

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 on behalf of the Welsh Procurement Alliance (WPA)

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: £2,500,000

two.2) Description

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

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

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 000-007707


Section five. Award of contract

Contract No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2022

five.2.2) Information about tenders

Number of tenders received: 6

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: 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

MAGNET LTD

MAGNET LTD, Allington Way, Yarm Road Business Park

DARLINGTON

DL14XT

Email

CKSSupport@magnet.co.uk

Country

United Kingdom

NUTS code
  • UKC13 - Darlington
National registration number

02762625

The contractor is an SME

No

five.2.3) Name and address of the contractor

Paula Rosa Manhattan t/a Dennis & Robinson Ltd

Blenheim Road

Lancing

BN15 8UH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00460938

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Richmond Furniture Limited

Regent House, Hadfield Industrial Estate

Hadfield, Glossop

SK9 7NZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

11723196

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

JOINERY & TIMBER CREATIONS (65) LTD

JOINERY & TIMBER CREATIONS (65) LTD, Camperdown Works 27 Harrison Road

DUNDEE

DD2 3SN

Country

United Kingdom

NUTS code
  • UKM71 - Angus and Dundee City
National registration number

SC099154

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
  • UKL - Wales
National registration number

01083749

The contractor is an SME

No

five.2.3) Name and address of the contractor

Benchmarx Kitchens & Joinery Ltd t/a Travis Perkins Trading Company Limited

National Sales, Lodge Way House, Lodge Way

NORTHAMPTONSHIRE

NN5 7UG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00733503

The contractor is an SME

No

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

Total value of the contract/lot: £2,500,000


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 Wales as defined by the Public

Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/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.

(WA Ref:124416)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom