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
tracey.simms@consortiumprocurement.org.uk
Telephone
+44 1917168763
Country
United Kingdom
Region 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
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
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
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.