Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

SF02 Hysbysiad Contract

Manufacture and Supply of Domestic Kitchens and Associated Products

  • Cyhoeddwyd gyntaf: 22 Mawrth 2022
  • Wedi'i addasu ddiwethaf: 09 Mai 2022

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-119793
Cyhoeddwyd gan:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
ID Awudurdod:
AA61405
Dyddiad cyhoeddi:
22 Mawrth 2022
Dyddiad Cau:
07 Mehefin 2022
Math o hysbysiad:
SF02 Hysbysiad Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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. CPV: 39141000, 39141000, 39141400, 39220000, 39221000.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39141400 Ceginau gosod Dodrefn a chyfarpar cegin
39221000 Cyfarpar cegin Cyfarpar cegin, eitemau cartref a domestig a chyflenwadau arlwyo
39220000 Cyfarpar cegin, eitemau cartref a domestig a chyflenwadau arlwyo Dodrefnu
39141000 Dodrefn a chyfarpar cegin Dodrefn domestig

Lleoliadau Dosbarthu

ID Disgrifiad
1018 Abertawe
1022 Caerdydd a Bro Morgannwg
1013 Conwy a Sir Ddinbych
1015 Cymoedd Canalog (Merthyr Tudful, Rhondda Cynon Taf)
1016 Cymoedd Gwent (Torfaen, Blaenau Gwent, Caerffili)
1000 CYMRU
1014 De-orllewin Cymru (Sir Gaerfyrddin, Sir Benfro, Ceredigion)
100 DU - I gyd
1020 Dwyrain Cymru
1010 Gorllewin Cymru a'r Cymoedd
1012 Gwynedd
1017 Pen-y-bont ar Ogwr a Castell-Nedd Port Talbot
1024 Powys
1021 Sir Fynwy a Chasnewydd
1023 Sir y Fflint a Wrecsam
1011 Ynys Môn

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Teulu dogfennau

Manylion hysbysiad
Dyddiad cyhoeddi:
22 Mawrth 2022
Dyddiad Cau:
07 Mehefin 2022 00:00
Math o hysbysiad:
SF02 Hysbysiad Contract
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
09 Mai 2022
Math o hysbysiad:
SF14 Corrigendwm
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
01 Medi 2022
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@lhc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
09/05/2022 15:16
Notice date(s) changed
IV.2.2) Time limit
Old date: 19/05/2022 12:00
New date: 07/06/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 19/05/2022 12:30
New date: 07/06/2022 12:30

Dates being extended due to requirements being amended
09/05/2022 15:37
Warranty levels
Minimum warranty requirement:
Kitchen Cabinets / Carcass: 5 Years
Doors & Drawer Fronts : 5 Years
Ironmongery & Accessories :5 Years
Worktops : 5 Years

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.