Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LHC for the Welsh Procurement Alliance (WPA)
Royal House, 2-4 Vine Street
Uxbridge
UB8 1QE
UK
Ffôn: +44 1895274800
E-bost: procurement@lhc.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.lhc.gov.uk
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://procontract.due-north.com/Advert?advertId=c6ae4f71-be59-ec11-810e-005056b64545&fromProjectDashboard=True
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Public Sector Framework Provider
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Manufacture and Supply of Domestic Kitchens and Associated Products
Cyfeirnod: K7
II.1.2) Prif god CPV
39141000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
This opportunity is a national framework listed by LHC on behalf of:
Welsh Procurement Alliance (WPA)
LHC
Scottish Procurement Alliance (SPA)
Consortium Procurement Construction (CPC)
Welsh Procurement Alliance (WPA)
South West Procurement Alliance (SWPA)
LHC/WPA is seeking interest from suitable organisations for our Manufacture and Supply of Domestic Kitchens and Associated Products (K7)
This procurement exercise is to establish a replacement to our successful K6 - Kitchen Supply framework. the scope of this framework will be the manufacture and supply of 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.
Building on our existing K6 framework, with K7 we are focusing 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 expected to be delivered through this framework.
Please note as part of the bid assessment process LHC intend to carry out a scored factory visit at the main manufacturing location for the products that will be supplied by the bidder for this framework. During the tender period organisations that express their intention to bid for this opportunity will be requested the details of their factory location to enable LHC to plan the number and locations of likely factory visits to be carried out.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 500 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
39141000
39141400
39220000
39221000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Bidders will need to be able to provide a high level of service to undertake surveys, provide advice and guidance to clients, provide product design information, and quotation at pre supply phase of all kitchen cabinets, worktops, and associated products
Bidders will be required to provide a range of kitchen units, worktops, taps, sinks, handles, and associated kitchen products. A three-tier banding of kitchen units and associated products will be implemented as Affordable, Premium, and Luxury ranges, reflecting different cost points of the products and taking into consideration that premium and luxury kitchens may have additional style options such as cornice, pelmets, under cupboard lighting, soft closers, colour matched units, additional storage solutions etc.
Bidders will be required to demonstrate their ability to provide all 3 quality ranges in a variety of door finishes and styles, with a fixed pricing for all styles under each quality range.
In addition to the standard kitchens, where available Bidders will be able to supply a range of inclusive kitchens (disability range) for tenants with additional needs. These adaptions will include worktop adaptions, wall units with variable height access, base units for wheelchair entry and white goods that are user friendly for tenants with additional needs.
Where available, Bidders will be able to offer a range of white goods and cooking equipment (hobs and ovens) in line with relative energy efficiency rating system introduced on 01/03/2021, these are to be of a reputable brand also with the availability of parts in the event of repair.
In addition to the supply of kitchens, if requested bidders also need to be able to provide support services to clients using the framework:
- Survey, design and advice services
- Mood boards and sample products to aid tenant design selection
- Assistance with tenant design choice sessions
- User guide for materials
- Quotations
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality Questions
/ Pwysoliad: 30
Maes prawf ansawdd: Factory Visits
/ Pwysoliad: 15
Maes prawf ansawdd: LHC Lifetime Values Questions
/ Pwysoliad: 15
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC will appoint up to 6 organisations within this lot to ensure Clients have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.
LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Health and Safety
Bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum
Environmental Management
UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
Quality Management
UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
Evidence of Compliance with Equality Act 2010
Bidders will be required to evidence through a number of confirmatory statements they are compliant with the Equality Act 2010 and have measures in place to promote equality and diversity within their organisation.
Minimum warranty requirement:
Kitchen Cabinets / Carcass: 10 Years
Doors & Drawer Fronts : 5 Years
Ironmongery & Accessories :5 Years
Worktops : 10 Years
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
TURNOVER
Minimum average annual turnover requirement (over 4 previous years trading)is 300,000 GBP.
INSURANCE REQUIREMENTS
Employers (Compulsory) Liability Insurance 5,000,000 GBP
Public Liability Insurance 5,000,000 GBP
Product Liability Insurance 1,000,000 GBP
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 6
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2021/S 000-030862
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
19/05/2022
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
19/05/2022
Amser lleol: 12:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Welsh Procurement Alliance. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, 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 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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=119793.
(WA Ref:119793)
The buyer considers that this contract is suitable for consortia.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
22/03/2022