
Market Leads & Opportunities
UK-London: Domestic furniture.
Type of document: Contract Notice
Country: United Kingdom
UK-London: Domestic furniture.
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Wandsworth Borough Council ((On behalf of Wandsworth Borough Council and The London Borough of Richmond)
Wandsworth Town Hall, Wandsworths High Street, Wandsworth Town, London, SW18 2PU, United Kingdom
Tel. +44 2088715073, Email: npenseh@wandsworth.gov.uk, URL: www.wandsworth.gov.uk, URL: As above
Contact: Central Procurement Team, Attn: Nana Penseh
Electronic Access URL:
Electronic Submission URL:
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: Yes
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision and Installation of Residential Furniture, Carpets and Electrical White Goods
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKI11 – Inner London – West
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with a single operator
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 2,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Domestic furniture. Carpets, mats and rugs. Carpets. Carpeting. Kitchen equipment, household and domestic items and catering supplies. Domestic appliances. Electrical domestic appliances. Parts of electrical domestic appliances. Non-electric domestic appliances. Domestic cooking or heating equipment. Domestic cooking appliances. Contract for the provision of residential furniture, carpets and electrical white goods, with an estimated total value of £2m for 4 years. The contract will commence on 1st June 2016 and will be a fixed term of 2 years, with the prospect of extending it by a further two years by mutual consent.
II.1.6)Common Procurement Vocabulary:
39140000 – Domestic furniture.
39530000 – Carpets, mats and rugs.
39531000 – Carpets.
39531400 – Carpeting.
39220000 – Kitchen equipment, household and domestic items and catering supplies.
39700000 – Domestic appliances.
39710000 – Electrical domestic appliances.
39716000 – Parts of electrical domestic appliances.
39720000 – Non-electric domestic appliances.
39721000 – Domestic cooking or heating equipment.
39721100 – Domestic cooking appliances.
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: Yes
If yes, tenders should 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:
As set out in the Pre-Qualification Questionnaire and Invitation to Tender documents.
II.2.2)Options: Yes
If yes, description of these options: As set out in the Pre-Qualification Questionnaire and Invitation to Tender documents
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Lot A – Provision and Installation of Residential Furniture
1)Short Description:
Supply and installation of residential furniture for both Wandsworth Council and Richmond Borough Council
2)Common Procurement Vocabulary:
39140000 – Domestic furniture.
39143000 – Bedroom, dining room and living-room furniture.
39143100 – Bedroom furniture.
39143200 – Dining-room furniture.
39143300 – Living-room furniture.
39144000 – Bathroom furniture.
39150000 – Miscellaneous furniture and equipment.
39151000 – Miscellaneous furniture.
3)Quantity Or Scope:
As set out in the Pre Qualification Questionnaire (PQQ) and the Invitation to Tender Pack.
If known, estimated cost of works excluding VAT: 680,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works:
Completion of works:
5)Additional Information About Lots:
As set out in the Pre Qualification Questionnaire and the Invitation to Tender pack.
Lot No: 2
Title: Provision and Installation of Electrical White Goods
1)Short Description:
Supply and where possible installation of Electrical White Goods for both Wandsworth Council and Richmond Borough Council
2)Common Procurement Vocabulary:
39220000 – Kitchen equipment, household and domestic items and catering supplies.
39700000 – Domestic appliances.
39710000 – Electrical domestic appliances.
39713000 – Electrical domestic appliances for cleaning; smoothing irons.
39716000 – Parts of electrical domestic appliances.
39720000 – Non-electric domestic appliances.
39721000 – Domestic cooking or heating equipment.
39721100 – Domestic cooking appliances.
3)Quantity Or Scope:
As set out in the Pre Qualification Questionnaire and the Invitation to Tender pack
If known, estimated cost of works excluding VAT: 320
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As set out in the Pre Qualification Questionnaire and the Invitation to Tender pack
Lot No: 3
Title: Provision and Installation of Carpets
1)Short Description:
Supply and installation of Carpets for both Wandsworth Council and Richmond Borough Council
2)Common Procurement Vocabulary:
39530000 – Carpets, mats and rugs.
39531000 – Carpets.
39531400 – Carpeting.
3)Quantity Or Scope:
As set out in the Pre Qualification Questionnaire and Invitation to Tender pack
If known, estimated cost of works excluding VAT: 1,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As set out in the Pre Qualification Question and the Invitation to Tender pack
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in the Pre Qualification Questionnaire and the Invitation to Tender documents
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
III.2.2)Economic and financial capacity
Economic and financial capacity – means of proof required:
Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
III.2.3)Technical capacity
Technical capacity – means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire / Invitation to Tender documents
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 6
Objective Criteria for choosing the limited number of candidates:
As set out in the PQQ documentations
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: CPT/1464
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 03/02/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 26/02/2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: January 2019
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: 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.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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
GO-20151230-PRO-7525091 TKR-20151230-PRO-7525090
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2)Lodging of appeals: The Authorities will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contracts is communicated to tenderers.
Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 30/12/2015
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
London Borough of Richmond upon Themes
The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
More Opportunties
- United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> > - United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> > - United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> >