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.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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £300,000,000
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
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
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-015013
Section five. Award of contract
Contract No
Lot 1
Lot No
1
Title
Purchase of Furniture
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 September 2023
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Furniture Resource Centre Ltd
12-14 Atlantic Way, Brunswick Business Park
LIVERPOOL
L3 4BE
Telephone
+44 7714521063
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02296329
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sankey Health Limited
Fortune House, F30 Deltic Way
Aintree
L30 1SL
Telephone
+44 1925976103
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
07475277
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Family Fund Trading
Unit 4 Alpha Court, Monks Cross Drive, Huntington
York
YO32 9WN
ben.andrews@familyfundservices.co.uk
Telephone
+44 7453554078
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06293129
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000,000
Total value of the contract/lot: £300,000,000
Section five. Award of contract
Contract No
Lot 2
Lot No
2
Title
Lease
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 September 2023
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Abri Trading Limited (T/A NFS)
Your Homes Newcastle, YHN House, Benton Park Road
Newcastle upon Tyne
NE7 7LX
angeline.rochford-briggs@yhn.org.uk
Telephone
+44 7902120898
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09772167
The contractor is an SME
No
five.2.3) Name and address of the contractor
Furniture Resource Centre Ltd
12-14 Atlantic Way, Brunswick Business Park
Liverpool
L3 4BE
Telephone
+44 7714521063
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02296329
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000,000
Total value of the contract/lot: £300,000,000
Section six. Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=810362770" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=810362770
GO Reference: GO-2023921-PRO-24012707
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.