Section one: Contracting authority/entity
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
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.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 at the time of conclusion of the contract:
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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2022/S 000-024502
Section five. Award of contract/concession
Contract No
Domestic Kitchens - Standard lot (Lot No 1)
Lot No
1
Title
Domestic Kitchens - Standard lot
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
17 August 2022
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor/concessionaire
Joinery & Timber Creations (65) Ltd
Camperdown Works, 27 Harrison Road
Dundee
DD2 3SN
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
TRAVIS PERKINS
NATIONAL SALES, LODGE WAY
NORTHAMPTONSHIRE
NN5 7UG
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Moores Furniture Group Limited
Thorp Arch Estate
Wetherby
LS23 7DD
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Magnet Contract Kitchen Solutions
Allington Way, Yarm Road Business Park
Darlington
DL1 4XT
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
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/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £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:807556)
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
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 39141000 - Kitchen furniture and equipment
seven.1.2) Additional CPV code(s)
- 39141000 - Kitchen furniture and equipment
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39221000 - Kitchen equipment
- 39141400 - Fitted kitchens
seven.1.3) Place of performance
NUTS code
- UKM - Scotland
seven.1.4) 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.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£10,075,000
seven.1.7) Name and address of the contractor/concessionaire
Joinery & Timber Creations (65) Ltd
Camperdown Works, 27 Harrison Road
Dundee
DD2 3SN
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
TRAVIS PERKINS
NATIONAL SALES, LODGE WAY
NORTHAMPTONSHIRE
NN5 7UG
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Moores Furniture Group Limited
Thorp Arch Estate
Wetherby
LS23 7DD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Magnet Contract Kitchen Solutions
Allington Way, Yarm Road Business Park
Darlington
DL1 4XT
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Richmond Furniture
Regent House, Hadfield Industrial Estate, Waterside
Hadfield, Glossop
SK13 1BS
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Following contract commencement, increased service demand emerged that were not foreseeable at the time of award. These changes are essential for the continued successful delivery of the contract.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Following contract commencement, increased service demand emerged that were not foreseeable at the time of award.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £7,150,000
Total contract value after the modifications
Value excluding VAT: £10,075,000