Opportunity

Furniture Services Framework 23-27

  • Northern Housing Consortium Ltd

F02: Contract notice

Notice reference: 2023/S 000-015013

Published 25 May 2023, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

Contact

Tracey Simms

Email

tracey.simms@consortiumprocurement.org.uk

Telephone

+44 1917168763

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.northern-consortium.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./SZN8BU8E93

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Not for profit central purchasing organisation

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Furniture Services Framework 23-27

two.1.2) Main CPV code

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

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework Agreement is for the provision of furniture services and supportive goods, works and services; to be carried out within home/living, employment or community environments. The Framework Agreement may cover, but is not limited to, the following: — manufacture and supply of products, — delivery of products, — installation, repair or replacement of products offered via the catalogues (purchase or lease), — product recycling, disposal and re-distribution (where appropriate).

The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

Who can access our frameworks?

All public sector organisations can access Consortium Procurement's frameworks. If interested, they need to become a member of the Consortium first. Find out more today.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Purchase and Installation of Office, Home and Specialist Furniture

Lot No

1

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39100000 - Furniture
  • 39130000 - Office furniture
  • 39134000 - Computer furniture
  • 39140000 - Domestic furniture
  • 39141000 - Kitchen furniture and equipment
  • 39142000 - Garden furniture
  • 39143000 - Bedroom, dining room and living-room furniture
  • 39143100 - Bedroom furniture
  • 39143120 - Bedroom furniture, other than beds and beddings
  • 39143200 - Dining-room furniture
  • 39143300 - Living-room furniture
  • 39144000 - Bathroom furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39151000 - Miscellaneous furniture
  • 39156000 - Lounge and reception-area furniture
  • 39515000 - Curtains, drapes, valances and textile blinds
  • 39515100 - Curtains
  • 39515400 - Blinds
  • 39530000 - Carpets, mats and rugs
  • 44112200 - Floor coverings
  • 50800000 - Miscellaneous repair and maintenance services
  • 50850000 - Repair and maintenance services of furniture

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The consortium seek tender responses from bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include: Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to: — desks e.g. with or without a swivel arm attachment, — chairs, — filing cabinets, — room/desk partitions, — cupboards. Home: these are products that are designed for use in residential properties. Likely to include, but are not limited to: — kitchen electrical appliances e.g. kettle, toaster, microwave, etc., — white goods e.g. washer, dryer, fridge/freezer, dishwasher, etc., — household electrical appliances e.g. irons, ironing boards, fans/heater, lamps, etc., — cookers/ovens, — bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes, etc. Specialist/communal areas: these are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to: — wipeable chairs — riser chairs — non-slip mats/rugs — wheeled trolleys/tables — medical cabinets, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lease and Installation of Office, Home and Specialist Furniture

Lot No

2

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39100000 - Furniture
  • 39130000 - Office furniture
  • 39134000 - Computer furniture
  • 39140000 - Domestic furniture
  • 39141000 - Kitchen furniture and equipment
  • 39142000 - Garden furniture
  • 39143000 - Bedroom, dining room and living-room furniture
  • 39143100 - Bedroom furniture
  • 39143120 - Bedroom furniture, other than beds and beddings
  • 39143200 - Dining-room furniture
  • 39143300 - Living-room furniture
  • 39144000 - Bathroom furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39151000 - Miscellaneous furniture
  • 39156000 - Lounge and reception-area furniture
  • 39515000 - Curtains, drapes, valances and textile blinds
  • 39515100 - Curtains
  • 39515400 - Blinds
  • 39530000 - Carpets, mats and rugs
  • 44112200 - Floor coverings
  • 50800000 - Miscellaneous repair and maintenance services
  • 50850000 - Repair and maintenance services of furniture

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The consortium seek tender responses from bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include: Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to: — desks e.g. with or without a swivel arm attachment, — chairs, — filing cabinets, — room/desk partitions, — cupboards. Home: these are products that are designed for use in residential properties. Likely to include, but are not limited to: — kitchen electrical appliances e.g. kettle, toaster, microwave, etc., — white goods e.g. washer, dryer, fridge/freezer, dishwasher, etc., — household electrical appliances e.g. irons, ironing boards, fans/heater, lamps, etc., — cookers/ovens, — bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes, etc. Specialist/communal areas: these are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to: — wipeable chairs — riser chairs — non-slip mats/rugs — wheeled trolleys/tables — medical cabinets, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection Criteria as stated in procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 September 2023

four.2.7) Conditions for opening of tenders

Date

30 June 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./SZN8BU8E93" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./SZN8BU8E93

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/SZN8BU8E93" target="_blank">https://www.delta-esourcing.com/respond/SZN8BU8E93

GO Reference: GO-2023525-PRO-23052327

six.4) Procedures for review

six.4.1) Review body

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

Email

tracey.simms@consortiumprocurement.org.uk

Telephone

+44 1917168763

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

Email

tracey.simms@consortiumprocurement.org.uk

Telephone

+44 1917168763

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who

have been harmed or are at risk of harm by a breach of the rules to take action in the High

Court (England, Wales and Northern Ireland). As stated within the regulations, any such

action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that

there is a good reason for doing so but not so as to permit proceedings to be started more

than 3 months after that date.