Notice Information
Notice Title
Manufacture and Supply of Domestic Kitchens and Associated Products
Notice Description
This notice is listed by LHC on behalf of the Welsh Procurement Alliance (WPA) This framework is for designed for manufacturers to supply and deliver high quality domestic kitchens, worktops, and associated products which should be suitable for use in both public sector housing and non-housing buildings throughout England, Wales and Scotland. K7 focuses on enhancing the supply of affordable and quality kitchen ranges including, inclusive (disability) ranges. The framework is based on manufacture and supply only, there is no installation element to be delivered through this framework. This framework agreement will commence on the 1st September 2022 and will last for 48 months
Lot Information
General Housing
Appointed Companies for this framework to offer a range of kitchen units, worktops, taps, sinks, handles, and associated kitchen products. To offer a high level of service to undertake surveys, providing advice and guidance to clients, providing product design information, and quotation at pre supply phase of all kitchen cabinets, worktops, and associated products. Appointed Companies for this framework offer both a design, manufacture and supply only for this lot.
Commercial KitchensThe scope will also cover commercial kitchens, allowing local authorities and social landlords to deliver complete kitchen services across their portfolios, not only for dwellings but also commercial facilities such as those in schools, hospitals, offices and a wide range of municipal buildings such as museums or sports halls.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030005
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/024504-2022
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
-
- CPV Codes
39141000 - Kitchen furniture and equipment
39141400 - Fitted kitchens
39220000 - Kitchen equipment, household and domestic items and catering supplies
39221000 - Kitchen equipment
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- £2,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,500,000 £1M-£10M
Notice Dates
- Publication Date
- 1 Sep 20223 years ago
- Submission Deadline
- 19 May 2022Expired
- Future Notice Date
- 9 Mar 2022Expired
- Award Date
- 29 Aug 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LHC FOR THE WELSH PROCUREMENT ALLIANCE (WPA)
- Contact Name
- Waleed Sajjid
- Contact Email
- procurement@lhc.gov.uk
- Contact Phone
- +44 1895274800
Buyer Location
- Locality
- UXBRIDGE
- Postcode
- UB8 1QE
- Post Town
- Southall
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL53 Gwent Valleys
- Delivery Location
- TLL Wales
-
- Local Authority
- Caerphilly
- Electoral Ward
- Ystrad Mynach
- Westminster Constituency
- Caerphilly
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-030005-2022-09-01T15:34:58+01:00",
"date": "2022-09-01T15:34:58+01:00",
"ocid": "ocds-h6vhtk-030005",
"description": "LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance - WPA and Scottish Procurement Alliance- SPA) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective' portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements, and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and Public Contracts (Scotland) Regulations 2015 and as listed on https://www.lhc.gov.uk/who-we-work-with/including, but not limited to registered social landlords (RSL's), Tenant management organisations (TMOs) and Arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services and registered charities. Under the terms of this contract the successfully appointed contractors will be required to required to deliver community benefits in support of the public body's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are: - to generate employment and training opportunities for priority groups; - vocational training; - to up-skill the existing workforce; - equality and diversity initiatives; - to make sub-contracting opportunities available to SMEs, the third sector and supported businesses; - supply-chain development activity; - to build capacity in community organisations; - educational support initiatives. Clients wishing to use the framework will need to refer to the further information and guidance document available for this framework which will be available on the LHC,SPA, WPA, CPC and SWPA websites, or request further information from are presentative of the LHC group to identify the specific list of contractors appointed in each regional area within each lot. As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces,fire and rescue services or registered charities. (WA Ref:124416)",
"initiationType": "tender",
"tender": {
"id": "K7",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Manufacture and Supply of Domestic Kitchens and Associated Products",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "39141000",
"description": "Kitchen furniture and equipment"
},
"mainProcurementCategory": "goods",
"description": "This notice is listed by LHC on behalf of the Welsh Procurement Alliance (WPA) This framework is for designed for manufacturers to supply and deliver high quality domestic kitchens, worktops, and associated products which should be suitable for use in both public sector housing and non-housing buildings throughout England, Wales and Scotland. K7 focuses on enhancing the supply of affordable and quality kitchen ranges including, inclusive (disability) ranges. The framework is based on manufacture and supply only, there is no installation element to be delivered through this framework. This framework agreement will commence on the 1st September 2022 and will last for 48 months",
"lots": [
{
"id": "1",
"title": "General Housing",
"description": "Appointed Companies for this framework to offer a range of kitchen units, worktops, taps, sinks, handles, and associated kitchen products. To offer a high level of service to undertake surveys, providing advice and guidance to clients, providing product design information, and quotation at pre supply phase of all kitchen cabinets, worktops, and associated products. Appointed Companies for this framework offer both a design, manufacture and supply only for this lot.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality Questions",
"type": "quality",
"description": "30"
},
{
"name": "Factory Visits",
"type": "quality",
"description": "15"
},
{
"name": "LHC Lifetime Values Questions",
"type": "quality",
"description": "15"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 2500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Commercial Kitchens",
"description": "The scope will also cover commercial kitchens, allowing local authorities and social landlords to deliver complete kitchen services across their portfolios, not only for dwellings but also commercial facilities such as those in schools, hospitals, offices and a wide range of municipal buildings such as museums or sports halls.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39141000",
"description": "Kitchen furniture and equipment"
},
{
"scheme": "CPV",
"id": "39141400",
"description": "Fitted kitchens"
},
{
"scheme": "CPV",
"id": "39220000",
"description": "Kitchen equipment, household and domestic items and catering supplies"
},
{
"scheme": "CPV",
"id": "39221000",
"description": "Kitchen equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39141400",
"description": "Fitted kitchens"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2022-03-09T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 2500000,
"currency": "GBP"
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Health and Safety Bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum Environmental Management UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. Quality Management UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) Evidence of Compliance with Equality Act 2010 Bidders will be required to evidence through a number of confirmatory statements they are compliant with the Equality Act 2010 and have measures in place to promote equality and diversity within their organisation. Minimum warranty requirement: Kitchen Cabinets / Carcass: 10 Years Doors & Drawer Fronts : 5 Years Ironmongery & Accessories :5 Years Worktops : 10 Years",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "TURNOVER Minimum average annual turnover requirement (over 4 previous years trading)is 300,000 GBP. INSURANCE REQUIREMENTS Employers (Compulsory) Liability Insurance 5,000,000 GBP Public Liability Insurance 5,000,000 GBP Product Liability Insurance 1,000,000 GBP",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"tenderPeriod": {
"endDate": "2022-05-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-05-19T12:30:00+01:00"
},
"bidOpening": {
"date": "2022-05-19T12:30:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-05-19T12:00:00+01:00"
},
"newValue": {
"date": "2022-06-07T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2022-05-19T12:30:00+01:00"
},
"newValue": {
"date": "2022-06-07T12:30:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Dates being extended due to requirements being amended"
}
]
},
"parties": [
{
"id": "GB-FTS-18968",
"name": "LHC for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "Royal House, 2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Waleed Sajjid",
"telephone": "+44 1895274800",
"email": "procurement@lhc.gov.uk",
"url": "https://procontract.due-north.com/Advert?advertId=c6ae4f71-be59-ec11-810e-005056b64545&fromProjectDashboard=True"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lhc.gov.uk",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Public Sector Framework Provider"
}
]
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-34435",
"name": "LHC for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "Tredomen Innovation & Technology Centre",
"locality": "Ystrad Mynach",
"region": "UK",
"postalCode": "CF82 7FQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@lhc.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.lhc.gov.uk",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Public Sector Framework Provider"
}
]
}
},
{
"id": "GB-FTS-62751",
"name": "MAGNET LTD",
"identifier": {
"legalName": "MAGNET LTD",
"id": "02762625"
},
"address": {
"streetAddress": "MAGNET LTD, Allington Way, Yarm Road Business Park",
"locality": "DARLINGTON",
"region": "UKC13",
"postalCode": "DL14XT",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "CKSSupport@magnet.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-62752",
"name": "Paula Rosa Manhattan t/a Dennis & Robinson Ltd",
"identifier": {
"legalName": "Paula Rosa Manhattan t/a Dennis & Robinson Ltd",
"id": "00460938"
},
"address": {
"streetAddress": "Blenheim Road",
"locality": "Lancing",
"region": "UK",
"postalCode": "BN15 8UH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-62753",
"name": "Richmond Furniture Limited",
"identifier": {
"legalName": "Richmond Furniture Limited",
"id": "11723196"
},
"address": {
"streetAddress": "Regent House, Hadfield Industrial Estate",
"locality": "Hadfield, Glossop",
"region": "UK",
"postalCode": "SK9 7NZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-62754",
"name": "JOINERY & TIMBER CREATIONS (65) LTD",
"identifier": {
"legalName": "JOINERY & TIMBER CREATIONS (65) LTD",
"id": "SC099154"
},
"address": {
"streetAddress": "JOINERY & TIMBER CREATIONS (65) LTD, Camperdown Works 27 Harrison Road",
"locality": "DUNDEE",
"region": "UKM71",
"postalCode": "DD2 3SN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-62755",
"name": "Moores Furniture Group Limited",
"identifier": {
"legalName": "Moores Furniture Group Limited",
"id": "01083749"
},
"address": {
"streetAddress": "Thorp Arch Estate,",
"locality": "Wetherby",
"region": "UKL",
"postalCode": "LS23 7DD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-62756",
"name": "Benchmarx Kitchens & Joinery Ltd t/a Travis Perkins Trading Company Limited",
"identifier": {
"legalName": "Benchmarx Kitchens & Joinery Ltd t/a Travis Perkins Trading Company Limited",
"id": "00733503"
},
"address": {
"streetAddress": "National Sales, Lodge Way House, Lodge Way",
"locality": "NORTHAMPTONSHIRE",
"region": "UK",
"postalCode": "NN5 7UG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-34435",
"name": "LHC for the Welsh Procurement Alliance (WPA)"
},
"language": "en",
"awards": [
{
"id": "024504-2022-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-62751",
"name": "MAGNET LTD"
},
{
"id": "GB-FTS-62752",
"name": "Paula Rosa Manhattan t/a Dennis & Robinson Ltd"
},
{
"id": "GB-FTS-62753",
"name": "Richmond Furniture Limited"
},
{
"id": "GB-FTS-62754",
"name": "JOINERY & TIMBER CREATIONS (65) LTD"
},
{
"id": "GB-FTS-62755",
"name": "Moores Furniture Group Limited"
},
{
"id": "GB-FTS-62756",
"name": "Benchmarx Kitchens & Joinery Ltd t/a Travis Perkins Trading Company Limited"
}
]
}
],
"contracts": [
{
"id": "024504-2022-1-1",
"awardID": "024504-2022-1-1",
"status": "active",
"value": {
"amount": 2500000,
"currency": "GBP"
},
"dateSigned": "2022-08-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 6
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
}
}