Award

PROC 21-1181 Supply, Delivery and Installation of Office Furniture

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

12 Jun 2023 at 15:40

Tender

04 Nov 2022 at 14:58

Summary of the contracting process

The Scottish Police Authority is seeking a supplier for the procurement titled "PROC 21-1181 Supply, Delivery and Installation of Office Furniture" in the goods category. The procurement involves creating a single Supplier Framework Agreement for the supply, delivery, and installation of office furniture across Scotland, including highlands and islands. The procurement method is an open procedure. The award has already been made to Flexiform Limited on 25th May 2023 for a contract value of £2,600,000.

This public procurement opportunity by the Scottish Police Authority offers business growth prospects for suppliers of office furniture and associated equipment. Companies with experience in servicing a wide geographical area, including remote locations, and the capability to maintain consistent service levels are well-suited to compete. The contract presents a significant opportunity for businesses focusing on office furniture and related services to establish a long-term partnership with the Scottish Police Authority through this single Supplier Framework Agreement.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PROC 21-1181 Supply, Delivery and Installation of Office Furniture

Notice Description

The Scottish Police Authority (known as "the Authority") has a requirement for a Supply, Delivery and Installation of Office Furniture and Associated Equipment. The successful Contractor must be able to service the full geographical area of Scotland including the highlands and all islands, and ensure it has appropriate resource in place at all times to ensure that there is a consistent level of service across each area. The Authority is seeking to create a single Supplier Framework Agreement.

Lot Information

Lot 1

Supply, Delivery and Installation of Office Furniture Framework. The Authority is seeking to create a single Supplier Framework Agreement.

Renewal: Contract duration includes 12 month extension period. Renewal due in three (3) years OR four (4) years if optional extension is activated.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037f43
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016625-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products


CPV Codes

39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,600,000 £1M-£10M

Notice Dates

Publication Date
12 Jun 20232 years ago
Submission Deadline
8 Dec 2022Expired
Future Notice Date
Not specified
Award Date
24 May 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. Renewal due in three (3) years OR four (4) years if optional extension is activated.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
procurementtenders@scotland.police.uk
Contact Phone
+44 1786895668

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

FLEXIFORM

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-037f43-2023-06-12T16:40:25+01:00",
    "date": "2023-06-12T16:40:25+01:00",
    "ocid": "ocds-h6vhtk-037f43",
    "description": "(SC Ref:735197)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC 21-1181",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PROC 21-1181 Supply, Delivery and Installation of Office Furniture",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "39000000",
            "description": "Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products"
        },
        "mainProcurementCategory": "goods",
        "description": "The Scottish Police Authority (known as \"the Authority\") has a requirement for a Supply, Delivery and Installation of Office Furniture and Associated Equipment. The successful Contractor must be able to service the full geographical area of Scotland including the highlands and all islands, and ensure it has appropriate resource in place at all times to ensure that there is a consistent level of service across each area. The Authority is seeking to create a single Supplier Framework Agreement.",
        "lots": [
            {
                "id": "1",
                "description": "Supply, Delivery and Installation of Office Furniture Framework. The Authority is seeking to create a single Supplier Framework Agreement.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract duration includes 12 month extension period. Renewal due in three (3) years OR four (4) years if optional extension is activated."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39000000",
                        "description": "Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "2 French Street, Dalmarnock, Glasgow, G40 4EH"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question. If the Tenderer is based out-with the UK they must be enrolled in the relevant Professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract/Framework, indicated below:",
                    "minimum": "SPD Question 4B5 Insurances Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process:",
                    "minimum": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Supply, Delivery and Installation of Office Furniture (Framework Agreement). Two (2) examples of the provision of similar goods/services/works may be requested and must be from within the last 3 years for goods and services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples, you have provided without any further reference to you.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "During the period of the Framework Agreement, the Contractor(s) shall monitor and measure their performance against the Key Performance Indicators (KPIs) outlined within the ITT Documents and Contract Notice Document.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-08T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-12-08T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-12-08T12:00:00Z",
            "address": {
                "streetAddress": "Electronically via Public Contract Scotland Tender"
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further one (1) period up to twelve (12) months in duration at the sole discretion of the Authority. Renewal due in three (3) years OR four (4) years if optional extension is activated."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-2697",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1786895668",
                "email": "procurementtenders@scotland.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spa.police.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3525",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-84994",
            "name": "Flexiform Limited",
            "identifier": {
                "legalName": "Flexiform Limited"
            },
            "address": {
                "streetAddress": "Unit 2B Young Square, Brucefield Industry Park",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 9BX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7795677536",
                "faxNumber": "+44 1274665760"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2697",
        "name": "Scottish Police Authority"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000711531"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "016625-2023-PROC 21-1181-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-84994",
                    "name": "Flexiform Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "016625-2023-PROC 21-1181-1",
            "awardID": "016625-2023-PROC 21-1181-1",
            "status": "active",
            "value": {
                "amount": 2600000,
                "currency": "GBP"
            },
            "dateSigned": "2023-05-25T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}