web-banner-marketing2

Market Leads & Opportunities

UK-Birmingham: Furniture. *Duplicated*

Type of document: Contract Notice
Country: United Kingdom

UK-Birmingham: Furniture. *Duplicated*
Section I: Contracting Authority
I.1) Name and addresses
Housing and Care 21, United Kingdom
10th Floor, Tricorn House, 51-53 Hagley Road, Birmingham, B16 8TP, United Kingdom
Tel. +44 03007901198, Email: manjeet.sandhu@housing21.org.uk
Main Address: www.housing21.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
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: *Duplicated*/49HKECXSBQ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other type:: Not for profit organisation
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Supply of Furniture and Accessories
Reference Number: Not provided
II.1.2) Main CPV Code:
39100000 – Furniture.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Housing 21 has committed to offer a bespoke design led makeover solution to our communal spaces within all of our retirement and extra care properties. Our interior designers create individual designs for the spaces incorporating leisure and social requirements for our residents whilst ensuring we are dementia friendly. This covers reception areas, restaurants, lounges, guest bedrooms and other amenities such as shops, bathing, hairdressing rooms and activity space.

Housing 21 aims to develop close collaborative relationships with suppliers and hope that a three year contract with the option for a two year extension reflects this requirements. The overall contract value is £4Mln, however Housing 21 aim is to select a maximum of 5 suppliers (but reserve the right to alter this number in line with the competition outcome, the most economically advantageous supplier nationally will be selected).
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
39100000 – Furniture.

II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Housing 21 has committed to offer a bespoke design led makeover solution to our communal spaces within all of our retirement and extra care properties. Our interior designers create individual designs for the spaces incorporating leisure and social requirements for our residents whilst ensuring we are dementia friendly. This covers reception areas, restaurants, lounges, guest bedrooms and other amenities such as shops, bathing, hairdressing rooms and activity space.

Housing 21 aims to develop close collaborative relationships with suppliers and hope that a three year contract with the option for a two year extension reflects this requirements. The overall contract value is £4Mln, however Housing 21 aim is to select a maximum of 5 suppliers (but reserve the right to alter this number in line with the competition outcome, the most economically advantageous supplier nationally will be selected).
II.2.5) Award criteria:
Criteria below
Quality criterion – Name: Quality Questions / Weighting: 50

Cost criterion – Name: Pricing Submission / Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The contract has an option for a two year extension based on performance during the contract term.
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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: Not provided

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
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
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 RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement – NO
The procurement involves the setting up of a dynamic purchasing system – NO
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: No
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: 14/11/2020
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/11/2020
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: Not Provided

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Three to five years from the contract start date.
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: To view this notice, please click here:

VI.4) Procedures for review
VI.4.1) Review body:
Housing and Care 21
10th Floor, Tricorn House, 51-53 Hagley Road, Birmingham, B16 8TP, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/10/2020

Annex A