web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Kitchen furniture and equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 058-107472/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Choice Housing Ireland Limited (and its subsidiaries)
Postal address: 37-41 May Street
Town: Belfast
Postal code: BT1 4DN
Country: United Kingdom
Contact Person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
Email: corporateprocurement@choice-housing.org
Nuts code: UKN
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: PRN823 Kitchen Units Supply.
II.1.2) Main CPV code: 39141000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The successful supplier will be expected to supply and deliver* Kitchen Units and associated goods to Choice Housing Ireland Limited DLO staff as required over a 12 month period in accordance with the M3NHF Responsive Maintenance and Void Property Works Version 7 Specification and M3NHF Disabled Adaptations Works Version 6.2 Specification. Colours for kitchen units, doors, worktops and the like will be confirmed by Choice House Ireland Limited at time of placing order. The successful supplier shall warrant that the materials being supplied are in sound condition, fit for purpose and free from defects for a period of 12 months from date of delivery. Any goods supplied which do not meet this criteria shall be repaired or replaced within one month (from notification) at no additional cost to Choice Housing Ireland Limited.
II.1.5) Estimated total value:
Value excluding VAT: 40000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
39141400

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
Tenderers should note that all wall and base unit carcasses (except for sink base units) should be made from particle (or Chipboard), shall be 15mm thick in density range of 650 — 800kg/m3 and comply with BS EN 312 Grade P3 (colour dyed green). Chipboard should be faced both sides in white melamine with pre-glued edging strips fixed to all exposed sides to enable a seal. Front edging strip to match door finish. Sink Base Unit Carcasses shall be 15mm Moisture Resistant Plywood and comply with BS EN636-2. Plywood should be faced both sides in white high pressure laminate with pre-glued edging strips fixed to all exposed sides to enable a seal. Front edging strip to match door finish. All kitchen units should be manufactured to meet strength specification level ‘H’ and have fully repairable carcasses.
Doors should be manufactured from 18mm Vinyl Foil Wrapped profiled MDF with a 0.4mm minimum thickness of wrapping. All door prices listed in section 20.0 should include hinges, handle (unhanded) and fixings/brackets where appropriate. Drawer fronts should be 18mm vinyl foil wrapped profiled MDF to match doors. All drawers should be proprietary metal framed with 15mm melamine faced and edged chipboard (as per carcass) drawer base and back. Each internal metal drawer liner should have a maximum depth of 140mm and should be mounted in full depth proprietary metal drawer runners complete with restrictor stops (included in price). All drawer prices listed in section 20.0 should include hinges, handle (unhanded) and fixings/bracket.
All worktops should have a minimum thickness of 28mm and be manufactured using laminated moisture resistance chipboard core to comply with BS EN 312 — Grade P3 (colour dyed green). All post-formed worktops should be constructed using particleboard with a minimum ‘P5’ classification however if this is not obtainable construct only square edge and double post-formed worktop using particleboard with a minimum ‘P3’ classification.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 40000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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

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:To be detailed in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-04-04 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:120(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-04-04 Local time: 13:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Courts of Justice in Northern Ireland
Postal address: Royal Courts of Justice, Chichester Street
Town: Belfast
Postal code: BT1 3JY
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-03-21