Adhesives NewsBusiness NewsTendersTools NewsWorkwear News

United Kingdom-Swindon: Construction materials and associated items

Official EU reference: 125577-2014

Procurer reference: UK SBS CON13031

Published on: 12/04/2014

Deadline date:26/05/2014

Location where the contract is to be carried out: United Kingdom

Name of the buying organisation: UK SHARED BUSINESS SERVICES LTD

Summary of the contract
UK SBS CON13031 Building Materials and Associated Services.
The Crown Commercial Services (CCS) formerly known as Government
Procurement Service (GPS) framework agreement for Building Materials and
Associated Managed Services expired in March 2014. As part of the
strategic alliance between CCS and UK SBS it was decided that UK SBS would
progress with establishing a new arrangement on behalf of the CCS, for
Building Materials and Associated Services.
This framework will be set up for use by or on behalf of Central
Government departments and their Agencies, Non Departmental Public Bodies,
NHS Bodies, Local Authorities, Voluntary Sector Charities, and/or other
private organisations acting as managing agents or procuring on behalf of
these UK bodies (see sections VI.3).
The framework agreement will be established for a 2 year period, with an
option to extend for a further 2 x 12 month periods. It will look to
provide various.
Building Materials and Associated Services across Government and to the
wider public sector. The intended lot structure is as follows:
Lot 1: Building Materials & Associate services ‘One Stop Shop’.
Lot 2: Plumbing and Heating.
Lot 3: Electrical.
Lot 4: Timber and Joinery.
Lot 5: Workshop, Industrial & Electrical Tools.
Lot 6: Paint and Solvents.
Lot 7: Flooring and Tiling.
Lot 8: Small Tool and Plant Hire Services.
Suppliers will be expected to offer a broad range of goods categories
across each of the lots and offer a national distribution network (for lot
specific information, please refer to Annex B, Information about lots).
The proposed timescales for this procurement activity are outlined below.
Please note that these dates are Tentative and may be subject to change.
Publish Contract Notice and Issue RFP: 10.4.2014.
RFP Return Date: 26.5.2014.
Evaluation Period: 26.5.2014- 13.6.2014.
Issue Intention to Award: 19.6.2014.
Standstill Period: 19.6.2014- 30.6.2014.
Issue Award: 1.7.2014.
Framework Live: 22.7.2014.
CPV: 44100000, 44111000, 44111100, 14212200, 24911200, 44111800, 43413000,
44113000, 44112500, 45262670, 44140000, 39715210, 44160000, 44600000,
31680000, 03419100, 44191000, 44512000, 43830000, 44511000, 44800000,
35113400, 18140000, 39715000, 44115000, 44410000, 09330000, 44533000,
31000000, 31527200, 31500000, 31521300, 44320000, 31214100, 31211000,
35125100, 31212000, 31211300, 39721310, 31224100, 31625000, 31215000,
31210000, 31681000, 44220000, 44170000, 03419000, 03412000, 03415000,
03418100, 44500000, 39241200, 39224210, 39241100, 42600000, 42670000,
43800000, 42522000, 39151200, 44111400, 39530000, 44111300, 44112210,
44831400, 39812500, 45500000, 44423330, 42416100, 42416300, 42123000,
31120000, 31170000, 42924300, 16160000, 42500000, 42000000, 34928320,
38296000, 34928310, 42660000, 39713400.

Full contract details
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, Block D2
For the attention of: Rhian Lye
SN2 1FF Swindon
UNITED KINGDOM
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: www.uksbs.co.uk
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: UK Shared Business Services Ltd
North Star House, Block D2
For the attention of: Rhian Lye
SN2 1FF Swindon
UNITED KINGDOM
E-mail: [email protected]
Tenders or requests to participate must be sent to: UK Shared Business
Services Ltd
North Star House, Block D2
Contact point(s): Rhian Lye
SN2 1FF Swindon
UNITED KINGDOM
E-mail: [email protected]
Internet address:
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Other: Public Procurement
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
UK Shared Business Services Ltd
North Star House, Block D2
SN2 1FF Swindon
UNITED KINGDOM
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
UK SBS CON13031 Building Materials and Associated Services.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Supplies
Purchase
NUTS code UK
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 46
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 150 000 000 and 500 000 000 GBP
II.1.5) Short description of the contract or purchase(s)
The Crown Commercial Services (CCS) formerly known as Government
Procurement Service (GPS) framework agreement for Building Materials and
Associated Managed Services expired in March 2014. As part of the
strategic alliance between CCS and UK SBS it was decided that UK SBS would
progress with establishing a new arrangement on behalf of the CCS, for
Building Materials and Associated Services.
This framework will be set up for use by or on behalf of Central
Government departments and their Agencies, Non Departmental Public Bodies,
NHS Bodies, Local Authorities, Voluntary Sector Charities, and/or other
private organisations acting as managing agents or procuring on behalf of
these UK bodies (see sections VI.3).
The framework agreement will be established for a 2 year period, with an
option to extend for a further 2 x 12 month periods. It will look to
provide various.
Building Materials and Associated Services across Government and to the
wider public sector. The intended lot structure is as follows:
Lot 1: Building Materials & Associate services ‘One Stop Shop’.
Lot 2: Plumbing and Heating.
Lot 3: Electrical.
Lot 4: Timber and Joinery.
Lot 5: Workshop, Industrial & Electrical Tools.
Lot 6: Paint and Solvents.
Lot 7: Flooring and Tiling.
Lot 8: Small Tool and Plant Hire Services.
Suppliers will be expected to offer a broad range of goods categories
across each of the lots and offer a national distribution network (for lot
specific information, please refer to Annex B, Information about lots).
The proposed timescales for this procurement activity are outlined below.
Please note that these dates are Tentative and may be subject to change.
Publish Contract Notice and Issue RFP: 10.4.2014.
RFP Return Date: 26.5.2014.
Evaluation Period: 26.5.2014- 13.6.2014.
Issue Intention to Award: 19.6.2014.
Standstill Period: 19.6.2014- 30.6.2014.
Issue Award: 1.7.2014.
Framework Live: 22.7.2014.
II.1.6) Common procurement vocabulary (CPV)
44100000, 44111000, 44111100, 14212200, 24911200, 44111800, 43413000,
44113000, 44112500, 45262670, 44140000, 39715210, 44160000, 44600000,
31680000, 03419100, 44191000, 44512000, 43830000, 44511000, 44800000,
35113400, 18140000, 39715000, 44115000, 44410000, 09330000, 44533000,
31000000, 31527200, 31500000, 31521300, 44320000, 31214100, 31211000,
35125100, 31212000, 31211300, 39721310, 31224100, 31625000, 31215000,
31210000, 31681000, 44220000, 44170000, 03419000, 03412000, 03415000,
03418100, 44500000, 39241200, 39224210, 39241100, 42600000, 42670000,
43800000, 42522000, 39151200, 44111400, 39530000, 44111300, 44112210,
44831400, 39812500, 45500000, 44423330, 42416100, 42416300, 42123000,
31120000, 31170000, 42924300, 16160000, 42500000, 42000000, 34928320,
38296000, 34928310, 42660000, 39713400
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may 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:
Lot 1: Building Materials & Associated services ‘One Stop Shop’.
The Supply and Delivery of Materials across a range of goods categories
within scope of Building Materials. Including but not limited to heavy and
light side building materials, plumbing and heating, electrical, timber
and joinery, workshop, industrial and electric tools and paint and
solvents, flooring and tiling, and personal protective equipment.
This lot intended to be a ‘one stop shop’ covering the scope of goods
categories included in Lots 2,3,4,5,6,7. Additional services within the
scope of this lot include imprest van stock and dedicated counter
services.
It is envisaged that there will be 5 suppliers on this Lot.
The successful suppliers in this lot will only be called upon for the
Building Materials or Services that are unique to lot 1. Where Contracting
Bodies require to call off two or more goods categories, or where a
Contracting Body wishes to engage in a single Call Off agreement for their
Goods requirements across a range (2 or more) categories of Goods.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands.
Lot 2: Plumbing and Heating.
Supply and Delivery of Plumbing and Heating products for use in
residential and commercial settings.
Including but not limited to heating, ventilation and boilers, kitchens
and bathrooms fixtures and fittings, copper fittings and brassware,
plastic plumbing, drainage and waste, commercial plumbing and sustainable
energy solutions, plumbing sundries and accessories.
It is envisaged that there will be 5 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands.
Lot 3: Electrical.
Supply and Delivery of Electrical products for use in residential and
commercial settings.
Including but not limited to lighting, distribution equipment and cable
management, data networking, test and detection, cables, wiring and
accessories, electrical control, fire detection and security and
sustainable energy solutions, heating and cooling, mobile, mobile
lighting.
It is envisaged that there will be 5 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands.
Lot 4: Timber and Joinery.
Supply and Delivery of Timber and Joinery products.
Including but not limited to timber, sheet materials, doors and windows,
decorative mouldings and fencing materials.
It is envisaged that there will be 8 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands
Lot 5: Workshop, Industrial and Electrical Tools Supply and Delivery of
Workshop, Industrial and Electrical Tools.
Including but not limited to hand tools, power tools, electrical tools,
machine tools, workshop equipment and accessories and fixings and
fasteners.
It is envisaged that there will be 8 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands
Lot 6: Paint and Solvents.
Supply and Delivery of Paints and Solvents for use in commercial and
residential settings.
Including but not limited to interior paint, exterior paints, specialist
paints, woodcare, undercoats and primers, decorating tools and painting
sundries.
It is envisaged that there will be 5 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands.
Lot 7: Flooring and Tiling Supply and Delivery of Flooring and Tiling for
use in commercial and residential settings.
Including but not limited to wood flooring, laminate flooring, vinyl,
vinyl tiles, carpet tiles, carpet, ceramic floor tiles, resin flooring,
entrance matting system, adhesives and sealants and flooring sundries.
It is envisaged that there will be 5 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Additional services within the scope of this lot include installation
services, suppliers may provide a nominated sub-contractor(s) to service
this requirement.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands.
Lot 8: Small Tool and Plant Hire Supply and Delivery of Small Tool and
Plant Hire.
Including but not limited to access equipment, hand and power tools,
fixing tools, precision tools, consumables, cleaning and floor
maintenance, concreting equipment, heating and cooling equipment, lifting
and handling, plumbing and drainage, machine tools, surveying and
location, safety and ventilation, tools and garden machinery, painting and
spraying, compressors, generators and transformers, portable units.
It is envisaged that there will be 5 suppliers on this Lot.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
Additional services within the scope of this lot include mobile hire
units.
Suppliers will be expected to offer a full UK national distribution
network, including NI and offshore Islands.
About UK Shared Business Services.
Putting the business into shared services.
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to
the public sector; helping our customers improve efficiency, generate
savings and modernise.
It is our vision to become the leading provider for our customers of
shared business services in the UK public sector, continuously reducing
cost and improving quality of business services for Government and the
public sector.
Our broad range of expert services is shared by our customers. This allows
our customers the freedom to focus resources on core activities;
innovating and transforming their own organisations.
Core services include Procurement, Finance, Grants Admissions, Human
Resources, Payroll, ISS, and Property Asset Management all underpinned by
our Service Delivery and Contact Centre teams.
UK SBS is a people rather than task focused business. It’s what makes us
different to the traditional transactional shared services centre. What is
more, being a not-for-profit organisation owned by its customers, UK SBS’
goals are aligned with the public sector and delivering best value for the
UK taxpayer.
UK Shared Business Services Ltd changed its name from RCUK Shared Services
Centre Ltd in March 2013.
Our Customers:
Growing from a foundation of supporting the Research Councils, 2012/13 saw
Business Innovation and Skills (BIS) transition their procurement to UK
SBS and Crown Commercial Service (CCS) agree a Memorandum of Understanding
with UK SBS to deliver two major procurement categories (construction and
research) across Government. UK SBS currently manages GBP 700 m
expenditure for its Customers, our growth projections anticipate this will
rise to GBP 1 bn in 2013/14.
Estimated value excluding VAT:
Range: between 150 000 000 and 500 000 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The duration of this Framework Agreement
shall be for 2 years from the point of Framework Award with the option to
extend for a further 2 x 12 month periods on an annual basis.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: Building Materials & Associated services ‘One Stop Shop’
1) Short description
The Supply and Delivery of Materials & Associated services across a range
of good categories within scope of Building Materials. Including but not
limited to heavy and light side building materials, plumbing and heating,
electrical, timber and joinery, workshop, industrial and electrical tools,
paints and solvents, flooring and tiling and personal protective
equipment.
This lot is intended to be a ‘one stop shop’ covering the scope of goods
categories included in Lots 2, 3, 4, 5, 6, 7.
It is envisaged that there will be 5 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers in Building Materials & Associated services lot
can only be called upon in the following circumstances where Goods
required by the Contracting Body are:
1) Unique to the lot.
2) Contracting Body requires two or more Goods Categories.
3) Contracting Body requires two or more Goods Categories and wishes to
engage in a term contract with one provider.
2) Common procurement vocabulary (CPV)
44111000, 44111100, 44111200, 44111500, 44111600, 14212200, 24911200,
44111800, 43413000, 44113000, 44163110, 44112500, 45262670, 44140000,
44115210, 39715210, 44160000, 44167000, 44192000, 44600000, 31680000,
03419100, 44191000, 44512000, 43830000, 44511000, 44800000, 44112200,
44111700, 35113400, 18140000
3) Quantity or scope
The scope of additional services is as followed: Imprest van stock and
dedicated counter service at a local branch.
The scope of Lot 1 Building Materials & Associated Services excludes
managed stores solutions e.g. outsourced stores solution, in house stores
solutions, stores solution involving leasing of a building.
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 2
Lot title: Plumbing and Heating
1) Short description
The Supply and Delivery of Plumbing and Heating goods for use in
residential and commercial settings.
Including but not limited to heating, ventilation and boilers, kitchens
and bathrooms fixtures and fittings, copper, fittings and brassware,
plastic plumbing, drainage and waste, commercial plumbing and sustainable
energy solutions, plumbing sundries and accessories.
It is envisaged that there will be 5 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
2) Common procurement vocabulary (CPV)
44115200, 44160000, 44161000, 44162000, 44163000, 44163240, 44163241,
44163160, 44163100, 44167000, 44600000, 44620000, 44621000, 44621100,
39715200, 39715300, 39715000, 44115000, 44163112, 44410000, 44411000,
44411300, 44411400, 44411100, 44411700, 44411200, 09330000, 44115210,
44533000
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 3
Lot title: Electrical
1) Short description
The Supply and Delivery of Electrical goods for use in residential and
commercial settings.
Including but not limited to lighting, cables, wiring and accessories,
electrical control, heating and cooling, fire detection and security, test
and detection.
It is envisaged that there will be 5 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
2) Common procurement vocabulary (CPV)
31000000, 31527200, 31500000, 44321000, 44322000, 44322100, 31521300,
44320000, 31214100, 31211000, 31214510, 31213000, 31214190, 35125100,
31212000, 31211300, 44621100, 39715200, 39721310, 31224100, 31625100,
31625000, 31625200, 31625300, 35121000, 31215000, 31210000, 31681000,
31681400, 31680000
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 4
Lot title: Timber and Joinery
1) Short description
The Supply and Delivery of Timber and Joinery products. Including but not
limited to timber and joinery, sheet materials, doors and windows,
mouldings and fencing materials.
It is envisaged that there will be 8 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
The Supplier shall be capable of supplying a variety of softwoods and
hardwoods which may be Sub-Contracted.
2) Common procurement vocabulary (CPV)
44220000, 44221100, 44221110, 44221120, 44221200, 44221211, 44221210,
44191000, 03419000, 03419100, 44231000, 44233000, 03412000, 03415000,
03418100
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 5
Lot title: Workshop, Industrial and Electrical Tools
1) Short description
The Supply and Delivery of Workshop, Industrial and Electrical Tools.
Including but not limited to hand tools, electrical tools, power tools,
machine tools, fixings and fasteners, workshop equipment and accessories.
It is envisaged that there will be 8 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
2) Common procurement vocabulary (CPV)
44500000, 44510000, 44511000, 44511100, 44511300, 44512000, 44514000,
44513000, 44514100, 44514200, 44512100, 44512200, 44512300, 44512500,
44512900, 44512910, 44512930, 44512920, 44512700, 44511500, 44520000,
44523000, 44530000, 44531000, 44532000, 44533000, 44512210, 44540000,
39241200, 39224210, 39241100, 42623000, 42600000, 42670000, 43830000,
43800000, 42522000, 39151200
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 6
Lot title: Paint and Solvents
1) Short description
The Supply and Delivery of Paints and Solvents for use in commercial and
residential settings.
Including but not limited to interior paint, exterior paints, floor paint,
specialist paints, woodcare, undercoats and primers, decorating tools and
painting sundries.
It is envisaged that there will be 5 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
2) Common procurement vocabulary (CPV)
44111400, 44800000, 44810000, 44820000, 44812100, 44812200, 44812400,
44831200, 44831300, 44832100
3) Quantity or scope
Additional services within the scope of this lot may include colour match
service.
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 7
Lot title: Flooring and Tiling
1) Short description
The Supply and Delivery of Flooring and Tiling for use in commercial and
residential settings.
Including but not limited to carpet, carpet tiles, vinyl, vinyl tiles,
ceramic floor tiles, wood flooring, laminate flooring, resin flooring,
entrance matting system, adhesives and sealants and flooring sundries.
It is envisaged that there will be 5 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers identified within this Lot will only be able to
supply goods as identified for this Lot and will not be called upon to
supply into other Lots unless awarded as a supplier to another Lot.
2) Common procurement vocabulary (CPV)
44112200, 39531000, 39531310, 39530000, 44111300, 44112210, 44191200,
44831400, 24911200, 39812500, 44111700
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Lot No: 8
Lot title: Small Tool and Plant Hire Services
1) Short description
The Supply and Delivery of Small Tool and Plant Hire Services.
Including but not limited to access equipment, hand and power tools,
fixing tools, precision tools, consumables, cleaning and floor
maintenance, concreting equipment, heating and cooling equipment, lifting
and handling, plumbing and drainage, machine tools, surveying and
location, safety and ventilation, tools and garden machinery, painting and
spraying, compressors, generators and transformers, portable units.
It is envisaged that there will be 5 suppliers on this Lot. Suppliers will
also be expected to offer a full UK national distribution network,
including NI and offshore Islands.
The successful suppliers identified within this Lot will only be able to
supply small tool and plant hire as identified for this Lot and will not
be called upon to supply into other Lots unless awarded as a supplier to
another Lot.
2) Common procurement vocabulary (CPV)
44510000, 44511000, 43830000, 42600000, 44212230, 44423330, 44423220,
42416100, 44212313, 42418000, 42416300, 42123000, 44211200, 31120000,
31170000, 43413000, 39715200, 42924300, 39715300, 16160000, 42500000,
42000000, 42400000, 42100000, 34928320, 38296000, 34928310, 42660000,
39713400, 39713410, 42995000, 24911200, 44530000
3) Quantity or scope
Additional services within the scope of this lot include Mobile Tool hire
units.
5) Additional information about lots
It is intended that this lot covers all materials within each of the CPV
code groups below the CPV codes outlined within the additional objects.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement.
Parent company and/or other guarantees of performance and financial
liability may be required if considered appropriate.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Bids to be priced in GBP.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Any Consortium to have a designated Lead Service Provider, all members
will have joint and several liability in respect of the obligations and
liabilities to the framework agreement and any subsequent contracts.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The government has set out the need
for greater transparency across its operations to enable the public to
hold public bodies and politicians to account. This includes commitments
relating to public expenditure, intended to help achieve better value for
money.
As part of the transparency agenda, government has made the following
commitments with regard to procurement and contracting:
All new central government ICT contracts over the value of GBP 10,000 to
be published in full online from July 2010.
All new central government sourcing documents for contracts over GBP
10,000 to be published on a single website from September 2010, with this
information to be made available to the public free of charge.
New items of central government spending over GBP 25,000 to be published
online from November 2010.
All new central government contracts to be published in full from January
2011.
Suppliers and those organisations looking to bid for public sector
contracts should be aware that if they are awarded a new government
contract, the resulting contract between the supplier and government will
be published. In some circumstances, limited reductions will be made to
some contracts before they are published in order to comply with existing
law and for the protection of national security.
Service providers must clearly demonstrate recent successful experience in
similar projects and environments.
Potential suppliers will be excluded if one of the following applies, the
supplier is in a state of bankruptcy, insolvency, compulsory winding up,
administration, receivership, composition with creditors or any analogous
state or subject to relevant proceedings, has been convicted of a criminal
offence related to the business of professional misconduct, has committed
an act of grave misconduct in the course of business has not fulfilled
obligations relating to the payment of taxes is guilty of serious
misrepresentation in supplying information required by the authority, is
not in the possession of a licence or not a member of the appropriate
trade or other organisation where the law requires it.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: Candidates will be assessed in accordance with Part 4 of the
Public Contracts Regulations 2006, as amended (implementing Title II,
Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of
information provided in response to a Request for Proposal. This
procurement will be managed electronically via the Crown Commercial
Service’s e-Sourcing Suite. To participate in this procurement,
participants must first be registered on the e-Sourcing Suite. If Bidders
have not yet registered on the eSourcing Suite, this can be done online at
https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register
for CCS eSourcing’.
Please note that, to register, Bidders must have a valid DUNS number (as
provided by Dun and Bradstreet) for the organisation which you are
registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can
express an interest for a specific procurement.
This is done by emailing [email protected]
Your email must clearly state: the name and reference for the procurement
you wish to register for; the name of the registered supplier; the name
and contact details for the registered individual sending the email. Crown
Commercial Service will process the email and then enable the Bidder to
access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once
this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email
messaging service which facilitates all message sent to you and from you
in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular
basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact
Crown Commercial Service Helpdesk: Freephone: +44 3450103503
email: [email protected]
Training support to respond to a requirement is available to bidders at
http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be published by the date in IV.3.4.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Candidates will be assessed in accordance with Part 4 of the
Public Contracts Regulations 2006, as amended (implementing Title II,
Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of
information provided in response to the Request for Proposal
The sourcing documents can be accessed at:
https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed
in III.2.1.
We will also require to see at least one of the following documents.
Note – if you have been trading for more than 3 years we will require you
to produce Document 1.
Document 1 – A copy of your audited accounts for the most recent 2 years.
Document 2 – A statement of your turnover, profit & loss account and cash
flow for the most recent year of trading.
Document 3 – A statement of your cash flow forecast for the current year
and a bank letter outlining the current cash and credit position.
Document 4 – Alternative means of demonstrating financial status if
trading for less than a year.
Document 5 – Parent Company accounts (if applicable).
Document 6 – Deeds or guarantee.
Document 7 – Accountants references.
Document 8 – Management accounts.
Document 9 – Financial projections including cash flow forecasts.
Document 10 – Details and evidence of previous contracts.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Candidates will be assessed in accordance with Part 4 of the Public
Contracts Regulations 2006, as amended (implementing Title II, Chapter
V11, Section 2 of Directive 2004/18/EC), on the basis of information
provided in response to the Request for Proposal
The sourcing documents can be accessed at:
https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed
in III.2.1
The Contracting Authority may have regard to any of the following means in
its assessment:
(a) list of the goods and services carried out in the past 3 years;
(b) a list of the principal deliveries effected or the main services
provided in the past three years, with the sums, dates and recipients,
whether public or private, involved. Evidence of delivery and services
provided shall be given: – where the recipient was a contracting
authority, in the form of certificates issued or countersigned by the
competent authority, – where the recipient was a private purchaser, by the
purchaser’s certification or, failing this, simply by a declaration by the
economic operator;
(c) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator’s undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work;
(d) a description of the technical facilities and measures used by the
supplier or service provider for ensuring quality;
(e) where the products or services to be supplied are complex or,
exceptionally, are required for a special purpose, a check carried out by
the contracting authorities or on their behalf by a competent official
body of the country in which the Bidder or service provider is
established, subject to that body’s agreement, on the production
capacities of the supplier or the technical capacity of the service
provider and, if necessary, on the means of study and research which are
available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service
provider or contractor and/or those of the undertaking’s managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work;
(g) for public services contracts, and only in appropriate cases, an
indication of the environmental management measures that the economic
operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or
contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to
the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services
provider intends possibly to subcontract;
Minimum level(s) of standards possibly required:
Accredited to ISO9001:2008 or equivalent and any subsequent revisions.
Accredited or working towards ISO14001 or equivalent.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Objective criteria for choosing the limited number of candidates: The
Authority has decided to include a mandatory hurdle in relation to the
quality evaluation criteria for each Lot i.e. a minimum total quality
score that must be achieved by each bidder to be considered as a compliant
bid.
The mandatory hurdle has been set at 50 % of the total of all quality
criteria. Please note that the total quality criteria for all Lots is set
at 50% and therefore a successful bidder will require a quality score
equal to or greater than 25 % of the overall marks to remain compliant.
Whilst this is an Open Procedure in the event of a Bidder failing to meet
the requirements of a Mandatory pass / fail criteria, UK SBS reserves the
right to disqualify the Bidder.
Grounds for Mandatory rejection: Criminal convictions, Corruption,
Bribery, Fraud, Money Laundering.
IV.1.3) Reduction of the number of operators during the negotiation or
dialogue
Recourse to staged procedure to gradually reduce the number of solutions
to be discussed or tenders to be negotiated no
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: yes
Additional information about electronic auction: UK SBS reserves the right
for an electronic auction to be held by Contracting Bodies during further
competition among the parties to the Framework Agreement(s) in addition UK
SBS may also make use of electronic auction at price review and at the end
of the initial period and at each extension.
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
UK SBS CON13031
IV.3.2) Previous publication(s) concerning the same contract
Notice number in the OJEU: 2013/S 231-400543 of 28.11.2013
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 23.5.2014 – 14:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
26.5.2014 – 14:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Date: 27.5.2014 – 10:00
Place:
Electronically, via web-based portal.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
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
CPV codes:
44621000, 44621100, 39715200, 39715300, 44163112, 44411000, 44411300,
44411400, 44411100, 44411700, 44411200, 44321000, 44322000, 44322100,
31214510, 31213000, 31214190, 31625100, 31625200, 31625300, 35121000,
31681400, 44221100, 44221110, 44221120 44221200, 44221211, 44221210,
44231000, 44233000, 44510000, 44511100, 44511300, 44514000, 44513000,
44514100, 44514200, 44512100 44512200, 44512300, 44512500, 44512900,
44512910, 44512930, 44512920, 44512700, 44511500, 44520000, 44523000,
44530000, 44531000 44532000, 44512210, 44540000, 42623000, 44810000,
44820000, 44812100, 44812200, 44812400, 44831200, 44831300, 44832100,
39531000 39531310, 44191200, 44212230, 44423220, 44212313, 42418000,
44211200, 42400000, 42100000, 39713410, 42995000.
The email address for all Bidder requests to participate in this exercise
is as follows: [email protected]
The Contracting Authority expressly reserves the right (i) not to award
any contract as a result of the procurement process commenced by
publication of this notice; and (ii) to make whatever changes it may see
fit to the content and structure of the procurement; and in no
circumstances will the Contracting Authority be liable for any costs
incurred by the candidates.
UK SBS will rank the Bidders based on the Responses received and the
Evaluation Model detailed in Section 5 of the RFP.
Supplier will be ranked according to their combined score for quality and
price. Please note, only those suppliers who have progressed the mandatory
hurdle detailed in paragraph 5.4.6, 5.4.7 of the RFP shall be included
within this ranking. During the award stage the intention is to appoint
the number of suppliers listed in paragraph 4.2.3 of the RFP.
UK SBS at its sole discretion reserves the right to appoint a greater
number of suppliers than detailed in paragraph 4.2.3 of the RFP to
maintain adequate coverage and competitiveness across all goods
categories.
If the Contracting Authority decides to enter into a Framework Agreement
with the successful supplier, this does not mean that there is any
guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is
accordingly a matter solely for the commercial judgement of Bidders.
Any orders placed under this Framework Agreement will form a separate
contract under the scope of this Framework between the supplier and the
specific requesting other contracting body. The Contracting Authority and
other contracting bodies utilising the Framework reserve the right to use
any electronic portal during the life of the agreement.
The value provided in Section II.1.4 is only an estimate. We cannot
guarantee to Bidders any business through this framework agreement.
UK Shared Business Services Ltd wishes to establish a Framework Agreement
for Building Materials and Associated Services for use by the following UK
public sector bodies (and any future successors to these organisations):
Central Government departments and their Agencies;
Non Departmental Public Bodies;
NHS Bodies;
Local Authorities;
Voluntary Sector Charities;
And/or other private organisations acting as managing agents or procuring
on behalf of these UK bodies.
Authorised Entities for UK SBS Core Customers:
Associated Bodies.
Research Councils:
The Contract will be open for use by all the Research Councils:
— The Science and Technology Facilities Council;
— The Medical Research Council;
— The Engineering and Physical Sciences Research Council;
— The Economic and Social Research Council;
— The Natural Environment Research Council;
— The Arts and Humanities Research Council;
— The Biotechnology and Biological SciencesResearch Council; and
— UK Shared Business Services Ltd (UK SBS);
Any Research Council institute, research facility, centre or unit may also
use the Contract. A complete list of such institutes can be found here
Other Organisations:
The following organisations may also access the Contract:
— The Technology Strategy Board;
— Department of Business Innovation and Skills (BIS);
— Cancer Research UK;
— The Welcome Trust;
— Sanger Institute;
— Food Environment Research Agency;
— Health Protection Agency;
— National Physical Laboratory;
— Higher Education Funding Council for England (HEFCE);
— Natural History Museum;
— Health & Safety Laboratory (HSL);
— Food & Environment Research Agency (FERA);
— Defence Science & Technology Laboratory (DSTL);
— Animal Health & Veterinary Laboratories Agency (AHVLA);
— Health Protection Agency (HPA);
— Centre for Environment, Fisheries & Aquaculture Science (CEFAS);
— Home Office Scientific Development Branch (HOSDB);
— Environment Agency (EA);
— Food Standards Agency (FSA);
— The Francis Crick Institute;
— Trinity College Dublin (TCD);
— University College Dublin (UCD).
The following University Purchasing Consortiums may also use the Contract:
— Advanced Procurement for Universities and Colleges, Scotland (APUC Ltd);
— Higher Education Purchasing Consortium Wales (HEPCW);
— London Universities Purchasing Consortium (LUPC);
— North Eastern Universities Purchasing Group (NEUPG Ltd);
— North Western Universities Purchasing Consortium (NWUPC Ltd);
— Southern Universities Purchasing Consortium (SUPC);
In addition, each individual UK University and associated college may also
have access to use the Contract. Government Departments and NDPBs:
Any central government department, executive agency and non-departmental
public body may also use the Contract. A full list of these can be found
at: https://www.gov.uk/government/organisations#agencies-and-public-bodies
Central Government Departments, Local Government and Public Corporations
that can be accessed at the Public Sector Classification Guide
http://www.ons.gov.uk/ons/publications/rereferencetables.html?edition=tcm%3A77-285768
Local Authorities
http://openlylocal.com/councils/all
NDPBs
http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/a-f
http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/g-l
http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/m-r
http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/s-z
National Parks Authorities
http://www.nationalparks.gov.uk/
Educational Establishments in England and Wales, maintained by the
Department for Children, Schools and Families including Schools,
Universities and Colleges but not Independent Schools
http://www.education.gov.uk/edubase/home.xhtml
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
Fire and Rescue Services in the United Kingdom

UK FRS Contacts


NHS Bodies England
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx
Hospices in the UK
http://www.helpthehospices.org.uk/abouthospicecare/find-a-hospice/uk-hospice-and-palliativecareservices/
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
http://www.charity-commission.gov.uk/
http://www.oscr.org.uk/
http://www.charitycommissionni.org.uk/
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
www.cas.org.uk
http://www.citizensadvice.co.uk/
Misc:-
https://www.ncsyes.co.uk/contact
www.ubico.co.uk
Scottish Public Bodies
The framework agreement will be available for use by any Scottish Public
Sector Body: the Authority; Scottish Non-Departmental Public Bodies;
offices in the Scottish Administration which are not ministerial offices;
cross-border public authorities within the meaning of section 88(5) of the
Scotland Act 1998; the Scotland Office; the Scottish Parliamentary
Corporate Body; councils constituted under section 2 of the Local
Government etc. (Scotland) Act 1994 (except where they are acting in their
capacity as educational authority); Scottish joint fire boards or joint
fire and rescue boards; Scottish joint police boards or any successor
National Police or Fire Authority; Scottish National Park authorities,
bodies registered as social landlords under the Housing (Scotland) Act
2001, Scottish health boards or special health boards, Student Loans
Company Limited, Northern Lighthouse Board, further or higher education
institutions being fundable bodies within the meaning of section 6 of the
Further and Higher Education (Scotland) Act 2005 any public body
established by or under the Scotland Act 1998 or any Act of the Scottish
Parliament, any association of or formed by one or more of the foregoing,
bodies financed wholly or mainly by one or more of the foregoing, bodies
subject to management supervision by one or more of the foregoing and
bodies more than half of the board of directors or members of which, or,
in the case of a group of individuals, more than half of those
individuals, being appointed by one or more of the foregoing.
Scottish Government
http://www.scotland.gov.uk/Home
Scottish Parliament
http://www.scottish.parliament.uk/abouttheparliament/27110.aspx
Scottish Local Authorities
http://www.scotland.gov.uk/About/Government/councils
http://www.scotlandexcel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx
Scottish Agencies, NDPBs
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Scottish NHS Bodies
http://www.scotland.gov.uk/Topics/Health/NHSWorkforce/NHS-Boards
Scottish Further and Higher Education Bodies
http://www.sfc.ac.uk/about_the_council/council_funded_institutions/WhoWeFundUniversities.aspx
http://www.sfc.ac.uk/about_the_council/council_funded_institutions/WhoWeFundColleges.aspx
Scottish Police
http://www.scottish.police.uk/
Scottish Housing Associations
http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/
The Scotland Office
http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html
Registered Social Landlords (Housing Associations) -Scotland
http://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.search
Scottish Schools
Primary Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search
Secondary Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSubmit=1&Submit=Search
Special Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isspecial&bSubmit=1&Submit=Search
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local
Authorities, and all bodies covered by:
www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html?cat=14318
http://www.assemblywales.org/abthome/abt-links.htm
http://new.wales.gov.uk/about/civilservice/directorates/?lang=en
NHS Wales
http://www.wales.nhs.uk/ourservices/directory
https://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html?cat=14318
Housing Associations – registered Social Landlords
Wales
http://www.wao.gov.uk/reportsandpublications/housingassociations.asp
NI Public Bodies
Northern Ireland Government Departments
http://www.northernireland.gov.uk/gov.htm
Northern Ireland Public Sector Bodies and Local
Authorities
http://www.northernireland.gov.uk/az2.htm
Schools in Northern Ireland
http://www.deni.gov.uk/index/facts-and-figuresnew/educationstatistics/32_statistics_and_researchnumbersofschoolsandpupils_pg/32_statistics_and_researchschoolleveldata_pg/statistics_and_researchschool_enrolment_1112.htm
Universities in Northern Ireland
http://www.deni.gov.uk/links.htm
Health and Social care in Northern Ireland
http://www.hscni.net/index.php?link=hospitals
http://www.hscni.net/index.php?link=boards
http://www.hscni.net/index.php?link=agencies
http://www.hscni.net/index.php?link=councils
Northern Ireland Housing Associations
http://www.nidirect.gov.uk/index/contacts/contactsaz.
htm/housing-associations-contact
Police Service of Northern Ireland
http://www.psni.police.uk/index.htm
Any corporation established, or a group of individuals.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
The Procurement Policy Manager
UNITED KINGDOM
E-mail: [email protected]
Body responsible for mediation procedures
UK Shared Business Services Ltd
UNITED KINGDOM
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting
Authority will notify suppliers who have not been successful. The
Contracting Authority will incorporate a minimum 10 calendar days stand
still period at the point information on the Award of Contract is
communicated to tenderers. The 10 days period will extend to 15 days from
the relevant sending date when the Alcatel letter is not sent
electronically. Such information should be requested from the address in
Section l1. The Public Contracts (Amendment) Regulations 2009 also clarify
that a letter received from an unsuccessful bidder is not in itself enough
to extend the legal standstill period and prevent the Authority signing
the Contract. To do so, a bidder must actually go to court, issue
proceedings and serve them. If an appeal regarding the award of the
contract has not been successfully resolved, the Public Contracts
Regulations 2006 (SI 2006 No 5) as amended by the Public Contracts
(Amendment) Regulations 2009, provide for aggrieved parties who have been
harmed or are at risk of harm by breach of the rules to take action in the
High Court (England Wales and Northern Ireland). The new limitation period
will apply specifically where a bidder brings an ineffectiveness claim.
VI.4.3) Service from which information about the lodging of appeals may
be obtained
UK Shared Business Services Ltd
North Star House, North Star Way
SN2 1FF Swindon
UNITED KINGDOM
E-mail: [email protected]
Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice:
9.4.2014

Classification of the contract
44100000 Construction materials and associated items
44111000 Building materials
44111100 Bricks
14212200 Aggregates
24911200 Adhesives
44111800 Mortar (construction)
43413000 Concrete or mortar mixers
44113000 Road-construction materials
44112500 Roofing materials
45262670 Metalworking
44140000 Products related to construction materials
39715210 Central-heating equipment
44160000 Pipeline, piping, pipes, casing, tubing and related items
44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
31680000 Electrical supplies and accessories
03419100 Timber products
44191000 Miscellaneous construction materials in wood
44512000 Miscellaneous hand tools
43830000 Power tools
44511000 Hand tools
44800000 Paints, varnishes and mastics
35113400 Protective and safety clothing
18140000 Workwear accessories
39715000 Water heaters and heating for buildings; plumbing equipment
44115000 Building fittings
44410000 Articles for the bathroom and kitchen
09330000 Solar energy
44533000 Copper fasteners
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
31527200 Exterior lights
31500000 Lighting equipment and electric lamps
31521300 Portable electric lamps
44320000 Cable and related products
31214100 Switches
31211000 Boards and fuse boxes
35125100 Sensors
31212000 Circuit breakers
31211300 Fuses
39721310 Air heaters
31224100 Plugs and sockets
31625000 Burglar and fire alarms
31215000 Voltage limiters
31210000 Electrical apparatus for switching or protecting electrical circuits
31681000 Electrical accessories
44220000 Builders’ joinery
44170000 Plates, sheets, strip and foil related to construction materials
03419000 Timber
03412000 Tropical wood
03415000 Softwood
03418100 Hardwood
44500000 Tools, locks, keys, hinges, fasteners, chain and springs
39241200 Scissors
39224210 Painters’ brushes
39241100 Knives
42600000 Machine tools
42670000 Parts and accessories of machine tools
43800000 Workshop equipment
42522000 Non-domestic fans
39151200 Work benches
44111400 Paints and wallcoverings
39530000 Carpets, mats and rugs
44111300 Ceramics
44112210 Solid flooring
44831400 Grout
39812500 Sealants
45500000 Hire of construction and civil engineering machinery and equipment with operator
44423330 Platforms for handling goods
42416100 Lifts
42416300 Hoists
42123000 Compressors
31120000 Generators
31170000 Transformers
42924300 Spraying equipment
16160000 Miscellaneous gardening equipment
42500000 Cooling and ventilation equipment
42000000 Industrial machinery
34928320 Guardrails
38296000 Surveying instruments
34928310 Safety fencing
42660000 Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
39713400 Floor-maintenance machines
44111200 Cement
44111500 Insulators and insulating fittings
44111600 Blocks
44163110 Drainage pipes
44115210 Plumbing materials
44167000 Various pipe fittings
44192000 Other miscellaneous construction materials
44112200 Floor coverings
44111700 Tiles
44115200 Plumbing and heating materials
44161000 Pipelines
44162000 Piping
44163000 Pipes and fittings
44163240 Pipe joints
44163241 Insulated joints
44163160 Distribution pipes and accessories
44163100 Pipes
44620000 Central-heating radiators and boilers and parts
44621000 Radiators and boilers

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button