Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leeds City Council
PPPU/Procurement Unit, 40 Great George Street
For the attention of: Philippa J Elliott
LS1 1UR Leeds
United Kingdom
Telephone: +44 1133785882
E-mail: MTNtZWZpZm1tXitiaWlmbHFxPWliYmFwK2RscytyaA==
Internet address(es):
General address of the contracting authority: http://www.leeds.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The supply and delivery of office furniture and related design and installation services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
The framework is for the provision of all office furniture for Leeds City Council including Workstations, Workstation chairs, Storage, Breakout and meeting room furniture. The Council will be looking to procure office furniture to replace existing furniture which will require the purchase of singular items as well as supply large bulk orders for specific projects and must therefore be able to respond in a timely manner to these one off requests as well as large orders. The supplier will provide a design and installation service covering a variety of sites across Leeds.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN245563
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
19.4.2017 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 36 months.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Interested parties can download the Prequalification Questionnaire and Tender documentation directly from https://www.yortender.co.uk by using the scheme ID reference DN245563. Requests for documentation should not be made by telephone or email. The documentation should be completed and returned by no later than the deadline of Noon 19.4.2017. Late submissions will not be accepted. Tenderers should note that if the Council wishes to carry out new goods/services at the end of this contract which are a repetition of similar good/services detailed in this notice, then those additional good/services may be procured using the negotiated procedure without publication of a notice in accordance with regulation 32(9) of the Public Contracts Regulations 2015.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
The Strand London
WC2A 2LL London
United Kingdom
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the framework is communicated to the tenderers. This period allows unsuccessful tenderers to seek further information form the contracting authority before the contract is entered into. Such additional information should be requested from the addressee in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 30 days beginning with the day when the economic operator first knew or ought to have known that ground for such action had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the correct implementation of the standstill period and publication of the appropriate notices the court may only award damages once the contract has been entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.3.2017