web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Preston: Domestic appliances

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 126-226125/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Places for People Group Ltd
Group Support Centre, 4 The Pavilions, Portway
Preston
Postal code: PR2 2YB
United Kingdom
For the attention of: Mr Craig Ainscow
Phone: +44 1772897314
Email: purchasing@placesforpeople.co.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile: www.housingprocurement.com
Electronic access to information: www.housingprocurement.com
Electronic submission of tenders and requests to participate: www.housingprocurement.com
Further information can be obtained from: Places for People Group Ltd
Group Support Centre, 4 The Pavilions, Portway
Preston
Postal code: PR2 2YB
United Kingdom
For the attention of: Mr Craig Ainscow
Phone: +44 1772897314
Email: purchasing@placesforpeople.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Places for People Group Ltd
Group Support Centre, 4 The Pavilions, Portway
Preston
Postal code: PR2 2YB
United Kingdom
For the attention of: Mr Craig Ainscow
Phone: +44 1772897314
Email: purchasing@placesforpeople.co.uk

Tenders or requests to participate must be sent to: Places for People Group Ltd
Group Support Centre, 4 The Pavilions, Portway
Preston
Postal code: PR2 2YB
United Kingdom
For the attention of: Mr Craig Ainscow
Phone: +44 1772897314
Email: purchasing@placesforpeople.co.uk

I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Housing and community amenities
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
As detailed in Section II.2.1)
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Commercial and Domestic Appliances.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: A combination of these
Nuts code: UK
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 several operators
maximum number of participants to the framework agreement envisaged: 9
Duration of the framework agreement in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 20 000 000 GBP
II.1.5) Short description of the specific contract:
Places for People Group Limited for itself and on behalf its present and future subsidiaries (the Contracting Authority) and all other bodies identified in the paragraph II.2.1) Total quantity or scope.
Places for People Group Ltd are seeking suitably qualified and experienced providers of Commercial and Domestic Appliances. Places for People were 1 of the pioneers of offering procurement frameworks to help drive economies of scale for us and our partners. It is intended that the framework will be capable of being used by contracting authorities in the United Kingdom.
The framework agreement will be for a period of 4 years and has been separated into the following product based Lots:
1. Commercial Laundry Equipment;
2. Commercial Catering Equipment;
3. Domestic Appliances.
Suppliers will be expected to be able to provide a wide range of appliances within the Lot which they are applying.
II.1.6) Common procurement vocabulary (CPV): 39700000, 39720000, 39711000, 39310000, 39710000, 42716000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
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:
Places for People Group is 1 of the largest property management, development and regeneration companies in the UK. We are also 1 of the largest Registered Providers of affordable housing. We were simultaneously Building UK House builder of the Year 2013 and RESI Social Landlord and Property Managers of the Year: testimony to the quality of our service across all areas of the residential market.
Our Group mission is to ‘ensure successful places and enable people to reach their potential.’ As a not-for-dividend organisation, any profit we make is re-invested back into the business and our communities. With a platinum award in the Corporate Responsibility Index we are currently the leading company in our sector.
Additional information on Places for People, and its Group Structure is available from: www.placesforpeople.co.uk
Unlike most house builders or landlords, Places for People operates across the housing market; developing and managing every tenure; from supported and social housing, through shared ownership and equity to market sales and rent.
Places for People were 1 of the pioneers of offering procurement frameworks to help drive economies of scale for us and our partners. We presently operate a number of successful frameworks including Green Services, Major Works, Professional Services, Utilities, Building Materials and IT Services that are already helping the public sector save money on its essential procurement in an EU compliant way (see www.procurementhub.co.uk for more information).
Commercial and Domestic Appliances:
Places for People Group Ltd are seeking to appoint a number of experienced suppliers who can supply a range of appliances across the Lot for which they are applying. It is anticipated that contracts will be awarded by Places for People Group companies as well as the wider public sector and appliances required include the purchase and rental of commercial laundry appliances as well as the purchase of commercial catering appliances and domestic appliances.
The procurement is open to suppliers who can deliver and install products nationally.
The opportunity has been divided into 3 Lots:
1. Commercial Laundry Equipment;
2. Commercial Catering Equipment;
3. Domestic Appliances.
Eligibility:
The public sector bodies to whom the use of this framework agreement is open, include without limitation any of the following whether individually or in joint venture with another public sector body and/or a private sector body:
1. Central government departments and their executive agencies: A list of such departments and executive agencies can be found at:
2. Non-Departmental Public Bodies (NDPBs): A list of NDPBs can be found at annex A to the Public Bodies Directory 2007 published by the Cabinet Office) which can be found at:
3. All Local Authorities, (as defined in Regulation 3(2) to 3(5) inclusive of the Utilities Contracts Regulations 2006 (as amended by the Public Contracts Regulations 2015)) and all and any subsidiaries and joint-venture vehicles of those local authorities, including, but not limited to, all listed on this website:
4. All National Health Service (NHS) bodies, including, but not limited to, NHS Trusts as defined in the Regulation 2 of the Public Contract Regulations 2015 which, in turn, includes:
4.1. Acute trusts;
4.2. Trusts operating community hospitals and the provider functions of primary care trusts;
4.3. Primary care trusts;
4.4. Care trusts;
4.5. Care trusts plus;
4.6. Ambulance trusts;
4.7. Mental health trusts;
4.8. Strategic health authorities;
4.9. Special health authorities;
4.10. Community health councils;
4.11. Local health boards;
4.12. NHS foundation trusts;
4.13. Health boards, NHS trusts, community health councils and other constituent bodies of the NHS in Wales; and
4.14. NHS Scotland and its constituent bodies including: the Scottish Ambulance Service, 1 Special NHS Boards and the other constituent organisations of the Scottish National Health Service;
Lists of all of such NHS authorities, trusts, councils, boards and other bodies can be found, variously, at:



5. All police forces and other emergency services, including fire and rescue services as defined in Section 1(2) of the Fire and Rescue Services Act 2004, the Maritime and Coastguard Agency and other rescue authorities (a list of Police authorities and fire and rescue services) can be found, respectively, at the following:
5.1. and
5.2.
6. All educational establishments including, but not limited to, schools maintained by local authorities, academies (as defined in the section 579 (1) of the Education Act 1996), city technology colleges, the learning and skills council, colleges, universities and other further education establishments (including those listed here: ) and on this website:
7. Registered charities, as detailed at:
8. Devolved and other administrations within the British Isles, including those detailed at (in the case of Scotland): and and (in the case of Wales):
9. Airport authorities and other bodies associated with public safety;
10. All other contracting authorities as defined in the Public Contracts Regulations 2015 (PCR 2015) including, but not limited to, those cited by name or class in Schedule 1 to the PCR 2015, and all other bodies who are Utilities, and who are cited by name or class in Schedule 1 to the Utilities Contracts Regulations 2006;
11. All Registered Providers (RSLs in Wales), a list of such Registered Providers being available at: work/registered-provider-information
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Commercial Laundry Equipment
1) Short description: The supply of commercial laundry equipment. This includes a variety of washers and dryers on both rental and outright purchase options. Rentals are to be fully inclusive of service and maintenance for the duration of the rental period (5-8 years). Machines required include: — Washing Machine (pump) 6 kg, 7 kg, 9 kg — Washing Machine (sluice) 7 kg, 9 kg, 10 kg — Tumble Dryer (Electric) 7 kg, 9 kg, 14 kg — Tumble Dryer (condenser) 7 kg — Tumble Dryer (Gas) 9 kg, 14 kg. Suppliers must be able to provide associated services including delivery and installation of the appliance.
2) Common procurement vocabulary (CPV): 42716000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Commercial Catering Equipment
1) Short description: The supply of commercial catering equipment. This includes a variety of cooking, washing and refrigeration appliances for outright purchase. Appliances typically required include: — Catering Fryers, grills, cook-tops, ranges, combi ovens, convection ovens, water boilers, bain-maries — Dishwashers: Free-standing Dishwashers (Freshwater, tank and pass through) — Refrigeration: Under counter fridges, under-counter freezers, upright cabinet fridges and upright cabinet freezers. Suppliers must be able to provide associated services including delivery and installation of the appliance.
2) Common procurement vocabulary (CPV): 39310000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Domestic Appliances
1) Short description: The supply of domestic appliances. This includes a variety of appliances (predominantly white goods) for outright purchase. Appliances required include: — Refrigeration: Fridges, freezers, fridge freezers — Cooking: Cookers, microwave, hobs, ovens — Washing: Washing machines, washer dryers, dryers, dishwashers. Suppliers must be able to provide associated services including delivery, installation/connection/place in situ, disposal of packaging and removal of the existing appliance.
2) Common procurement vocabulary (CPV): 39700000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Details about deposits, guarantees or bonds will be set out in the contract documents by Places for People if required.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details about financing conditions and payment arrangements will be set out in the contract documents by Places for People if required.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under the contract, the service provider and its supply chain may be required to participate in the achievement of social and/or environmental policy objectives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract documents.
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: Any supplier may be disqualified who:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the Court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Minimum level(s) of standards possibly required: As set out in the contract documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct; (b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — Where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, — Where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator; (c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities; (e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (g) For public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract; (h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years; (i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts; (j) An indication of the proportion of the contract which the services provider intends possibly to subcontract; (k) With regard to the products to be supplied: (i) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) Certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Minimum level(s) of standards possibly required: As set out in the contract documents.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
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:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
Appliances CA/2016
IV.3.2) Previous publication(s) concerning the same contract:
Notice number in the OJEU:2016/S 049-081194of10.03.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:22.07.2016 – 12:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
28.07.2016 – 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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
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
All documentation will be made available online via the Due North Housing Procurement Portal. The URL address on the Due North Housing Procurement Portal is as stated in this OJEU Contract Notice. Applicants wishing to participate will need to register on the site and upon completion of registration will have access to the documentation. Completed documents should be submitted via the Due North Housing Procurement Portal. All communications in relation to this procurement should also be via the Due North Housing Procurement Portal. The Contracting Authority reserves the right not to award any agreement pursuit to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award for part of the services at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer should be incurred entirely at that applicants/tenderer’s risk. Appointment to the Framework Agreement is no guarantee of work or of any minimum amount of work pursuant to that framework.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
High Court of England and Wales
Royal Courts of Justice, Strand
London
Postal code: WC2A 2LL
United Kingdom
Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand
London
Postal code: WC2A 2LL
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road
London
Postal code: SW1A 2HQ
United Kingdom
VI.5) Date of dispatch of this notice:
28.06.2016