UK-Preston: Domestic appliances.

UK-Preston: Domestic appliances.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited, Group Support Centre
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Email: purchasing@placesforpeople.co.uk
Main Address: http://www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Domestic-appliances./73572FW99D
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/73572FW99D to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement Hub - Domestic Appliances Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
39700000 - Domestic appliances.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Procurement Hub are seeking applications from qualified suppliers of domestic appliances, commercial appliances, delivery, removal and installation services and waste solutions who can provide high quality services using a customer focused approach particularly in the public sector to create a one-stop shop approach within a Domestic Appliances Framework.

It is anticipated that the services will be provided by the supplier themselves and via their supply chain of subcontractors. The specific goods and services that may be procured under the Framework will be vast and wide ranging in terms of complexity, value and scope.
II.1.5) Estimated total value:
Value excluding VAT: 50,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
39710000 - Electrical domestic appliances.
39711000 - Electrical domestic appliances for use with foodstuffs.
39711300 - Electrothermic appliances.
39721000 - Domestic cooking or heating equipment.
39721100 - Domestic cooking appliances.
39713100 - Dishwashing machines.
39713200 - Clothes-washing and drying machines.
39832000 - Dishwashing products.
39713000 - Electrical domestic appliances for cleaning; smoothing irons.
42340000 - Non-domestic ovens.
42959000 - Non-domestic dishwashing machines.
42999000 - Non-domestic vacuum cleaners and floor polishers.
39720000 - Non-electric domestic appliances.
42716000 - Laundry washing, dry-cleaning and drying machines.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Procurement Hub are seeking applications from qualified suppliers of domestic appliances, commercial appliances, delivery, removal and installation services and waste solutions who can provide high quality services using a customer focused approach particularly in the public sector to create a one-stop shop approach within a Domestic Appliances Framework.
It is anticipated that the services will be provided by the supplier themselves and via their supply chain of subcontractors. The specific goods and services that may be procured under the Framework will be vast and wide ranging in terms of complexity, value and scope
The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external consultants.
All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.
The maximum total value of contracts that will be awarded through this framework is £50,000,000.
The framework will be let for a period of 4 years with no option to extend.
The aim of the evaluation process is to award the contract to the Tenderers that submit the most economically advantageous Tenders.
Responses to this ITT will first be assessed to ascertain whether Applicants satisfy Procurement Hub's minimum standards as follows:
- Status of the supplier in relation to regulation 57 of the Public Contracts Regulation 2015 (SI2015 No.102)
- Provision of Conflict of Interest Information
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic and Financial Standing – the Applicant must be in a sound financial position to participate in a procurement of this size as provided for at Regulation 58 of the Public Contracts Regulations 2015. This may entail independent financial checks.
- Financial – Multiple Credit accounts / financial reporting
- Acceptance of Terms and Conditions
- Modern Slavery Act compliancy
- Insurance: Evidence the Applicant has or will be in a position to obtain the levels of insurance listed within the supporting documentation.
- National Coverage: Tenderers must confirm they can provide services on a national basis
- Confirmation that all products meet British Standards (or European equivalents)
- Confirmation of the capability to carry out all services in one visit (including delivery, connection/installation and removal of old appliance)
- Confirmation of the ability to provide the following information (where applicable) as a minimum: a) Waste Carrier License. b) Consignment Notes (including EWC Codes, Quantities, SIC Codes, Waste Hierarchy Statement and Disposal Site Address) showing full chain of custody of waste products. c) Hazardous Waste License (if a depot is being used to store waste products). d) Waste Management License / Environmental Permit for disposal site.
- Minimum Yearly Turnover of 20 million GBP (20,000,000 GBP)

The award criteria and their weightings are set out below:
Qualitative Questions – 80%
Price – 20%
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/73572FW99D


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/09/2019 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 06/09/2019
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://placesforpeople.delta-esourcing.com/tenders/UK-UK-Preston:-Domestic-appliances./73572FW99D

To respond to this opportunity, please click here:
https://placesforpeople.delta-esourcing.com/respond/73572FW99D
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 06/08/2019

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Procurement Hub
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Email: info@procurementhub.co.uk
Main Address: www.procurementhub.co.uk, Address of the buyer profile: https://www.procurementhub.co.uk/eligibility-criteria/
NUTS Code: UK