
Market Leads & Opportunities
United Kingdom-Preston: Procurement Hub — Domestic Appliances Framework
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2020/S 017-036459/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Places for People Group Ltd
Postal address: 4 The Pavilions, Port Way
Town: Preston
Postal code: PR2 2YB
Country: United Kingdom
Telephone: +44 1772897200
Email: purchasing@placesforpeople.co.uk
Internet address(es):
Main address:
Address of the buyer profile: www.placesforpeople.co.uk
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
II.1.2) Main CPV code: 39700000
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.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:50000000
Currency:GBP
II.2) Description
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM.
II.2.4) Description of the 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 GBP.
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 No102),
— 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 20 000 000 GBP.
II.2.5)Award criteria
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:2019/S 152-374366
Section V: Award of contract
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2019-10-22
V.2.2) Information about tenders
Number of tenders received:3
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: AO Retail Ltd
Postal address: Unit 5a The Parklands, Lostock
Town: Bolton
Postal code: BL6 4SD
Country: United Kingdom
Nuts code: UK
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 50000000
Total value of the contract/lot: 50000000
Currency: GBP
Section VI: Complementary information
VI.3) Additional information:
To view this notice, please click here:
Go reference: GO-2020123-PRO-15861961
VI.4) Procedures for review
VI.4.1) Review body
Official name: Crown Commercial Services
Postal address: 1 Horse Guards Road
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: High Court of England and Wales
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Crown Commercial Services
Postal address: 1 Horse Guards Road
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
Telephone: +44 1772897200
VI.5) Date of dispatch of this notice:
2020-01-23
More Opportunties
- United Kingdom-Swindon: Integra Onboarding of Shared Service Customer for HE
5 Jun 25
For the on-boarding of a new shared service customer to support their set-up on Integra the following are required • Integra Software Licence Charge • Annual Maintenance • Technical support of set-up of new instance Annual Maintenance will co-terminus wit> > - Virtual Desktop Infrastructure, Private Cloud, Mobile Device Management Software – Exporting Opportunity
5 Jun 25
Opportunity type: Public Sector Industry: Software & Computer Services, Technology and smart cities A public organisation is looking for a supplier of software for VDI, private cloud and MDM system. You must be able to provide: VMware Cloud Foundation 5 W> > - Tender for Dairy Heifers – Exporting Opportunity
5 Jun 25
Opportunity type Public Sector Industry Agriculture, horticulture, fisheries and pets, Food and drink The government of Jamaica is seeking to procure the supply and delivery of cattle livestock. Description The government agency is seeking to procure heif> >