Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3454102222
E-bost: supplier@crowncommercial.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/crown-commercial-service
Cyfeiriad proffil y prynwr: https://crowncommercialservice.bravosolution.co.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://crowncommercialservice.bravosolution.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://crowncommercialservice.bravosolution.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://crowncommercialservice.bravosolution.co.uk
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Furniture and Associated Services
Cyfeirnod: RM6119
II.1.2) Prif god CPV
39100000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
This framework will provide furniture and associated services to the public sector buyers detailed in the contract notice authorised customer list.
The new framework contract will replace the existing supply, delivery and installation of furniture and associated services framework (RM3812).
The policy drivers supporting the development and procurement of this framework are to:
— provide buyers with a route to market compliant with EU regulations,
— offer a simplified agreement for both buyers and suppliers,
— be attractive to small-medium sized enterprises (SMEs), and
— achieve value for money.
The supplier shall provide services to buyers in the jurisdictional area of England and Wales.
This framework will consist of 8 lots. The framework will be established for 24 months with the option to extend for up to 2 further periods of 12 months. Any extension will be executed at the discretion of the authority.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 400 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 8
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Office Furniture
II.2.2) Cod(au) CPV ychwanegol
39100000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of general office furniture and associated services (including but not limited to office seating, desking, tables, desk screens, monitor arms, storage and accessories). Suppliers will also offer a selection of remanufactured, refurbished and recycled office furniture items to meet buyer(s) requirements.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 45 410 000.00 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
It is envisaged that a framework contract will be awarded to 9 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 1 is 9th position.
Rhif y Lot 2
II.2.1) Teitl
Residential Furniture
II.2.2) Cod(au) CPV ychwanegol
39100000
39120000
39140000
39143000
39700000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of residential furniture (including but not limited to living and dining furniture) and associated services.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 16 000 000.00 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
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 2 is 4th position.
Rhif y Lot 3
II.2.1) Teitl
Secure Furniture
II.2.2) Cod(au) CPV ychwanegol
44421000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of Centre for the Protection of National Infrastructure (CPNI) rated secure furniture and associated services.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 8 000 000.00 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
It is envisaged that a framework contract will be awarded to 3 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 3 is 3rd position.
Rhif y Lot 4
II.2.1) Teitl
Bespoke/Fitted Furniture
II.2.2) Cod(au) CPV ychwanegol
39100000
45421153
79934000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of bespoke/fitted furniture (including courtroom furniture) to meet buyer(s) requirements and associated services.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 8 000 000.00 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
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 4 is 4th position.
Rhif y Lot 5
II.2.1) Teitl
High Density Steel Storage
II.2.2) Cod(au) CPV ychwanegol
39100000
44421000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of a range of trade pattern static and mobile storage solutions and associated services.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 000 000.00 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
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 5 is 4th position.
Rhif y Lot 6
II.2.1) Teitl
Education Furniture
II.2.2) Cod(au) CPV ychwanegol
39100000
39160000
39161000
39180000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of education furniture to meet primary, secondary, Higher Educational and Further Education needs and associated services.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 30 000 000.00 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
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 6 is 4th position.
Rhif y Lot 7
II.2.1) Teitl
Repair and Renovation Services
II.2.2) Cod(au) CPV ychwanegol
39100000
39114100
39157000
50850000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of repair and renovation services for residential furniture.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 400 000.00 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
It is envisaged that a framework contract will be awarded to 4 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 7 is 4th position.
Rhif y Lot 8
II.2.1) Teitl
Hubs Furniture
II.2.2) Cod(au) CPV ychwanegol
39100000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Provision of office furniture goods and/or services in line with HMRC design guide and associated services.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60 %
Price
/ Pwysoliad:
40 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 101 200 000.00 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
It is envisaged that a framework contract will be awarded to 8 suppliers for this lot.
The maximum number of bidders per lot of this framework may increase where two (2) or more bidders have tied scores in last position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last position. The last position for Lot 8 is 8th position.
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:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (‘ITT’) registering for access.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
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
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: 40
IV.1.6) Gwybodaeth am arwerthiant electronig
Defnyddir arwerthiant electronig
Gwybodaeth ychwanegol am arwerthiant electronig:
An electronic auction will not be used at the framework level. However, Buyers reserve the right to use an electronic auction at the call-off stage.
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:
2018/S 221-505180
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
02/12/2019
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
02/12/2019
Amser lleol: 15:01
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/69f28819-4195-42f1-965a-53e4a2510dae
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract, and carry out due diligence accordingly.
On 2/4/2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) Select the link ‘I am a new supplier user’;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun&Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs Open to All Suppliers;
3) On the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at
help@bravosolution.co.uk or call 0800 069 8630.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
30/10/2019