Section one: Contracting authority
one.1) Name and addresses
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Dukefield Procurement Limited
Parkside House 167, Chorley New Road
Bolton
BL1 4RA
nichola.gill@dukefieldprocurement.co.uk
Telephone
+44 7935355773
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
http://www.dukefield.co.uk/about-us/
Buyer's address
http://www.dukefield.co.uk/about-us/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the provision of Furniture and Related Services
Reference number
CA14732 - UOE/DU/FURN/01
two.1.2) Main CPV code
- 39100000 - Furniture
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Framework will provide access to a comprehensive range of Furniture and Related Supplies and Services.
It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/fts-eligible-users .
The Framework will be let across five Lots. There will be a maximum of 8 suppliers awarded a place on Lots 1, 2, 4 and 5, and a maximum of 20 suppliers on Lot 3.
two.1.5) Estimated total value
Value excluding VAT: £240,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Lot 1 - Office Furniture
Lot No
1
two.2.2) Additional CPV code(s)
- 34946240 - Chairs and chair wedges
- 39121000 - Desks and tables
- 39112000 - Chairs
- 39122200 - Bookcases
- 50850000 - Repair and maintenance services of furniture
- 39516100 - Soft furnishings
- 39200000 - Furnishing
- 39151000 - Miscellaneous furniture
- 39120000 - Tables, cupboards, desk and bookcases
- 39143113 - Specialist soft furnishings
- 39113000 - Miscellaneous seats and chairs
- 39110000 - Seats, chairs and related products, and associated parts
- 90514000 - Refuse recycling services
- 90500000 - Refuse and waste related services
- 39150000 - Miscellaneous furniture and equipment
- 39130000 - Office furniture
- 39156000 - Lounge and reception-area furniture
- 39290000 - Miscellaneous furnishing
- 39157000 - Parts of furniture
- 39100000 - Furniture
- 39121100 - Desks
- 39121200 - Tables
- 45421153 - Installation of built-in furniture
- 39151300 - Modular furniture
- 39122000 - Cupboards and bookcases
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 39153000 - Conference-room furniture
- 39134000 - Computer furniture
- 32351200 - Screens
- 39173000 - Storage units
- 79934000 - Furniture design services
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 Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Office Furniture through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot . The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.
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: £50,000,000
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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
Lot 2 - Education and Classroom Furniture
Lot No
2
two.2.2) Additional CPV code(s)
- 39156000 - Lounge and reception-area furniture
- 39151000 - Miscellaneous furniture
- 39121100 - Desks
- 39161000 - Kindergarten furniture
- 39113000 - Miscellaneous seats and chairs
- 34946240 - Chairs and chair wedges
- 39157000 - Parts of furniture
- 90514000 - Refuse recycling services
- 39263000 - Desk equipment
- 39134000 - Computer furniture
- 39130000 - Office furniture
- 39143113 - Specialist soft furnishings
- 39111000 - Seats
- 39120000 - Tables, cupboards, desk and bookcases
- 90500000 - Refuse and waste related services
- 39151300 - Modular furniture
- 39150000 - Miscellaneous furniture and equipment
- 39160000 - School furniture
- 39121000 - Desks and tables
- 39113300 - Bench seats
- 79934000 - Furniture design services
- 39180000 - Laboratory furniture
- 39516100 - Soft furnishings
- 39121200 - Tables
- 45421153 - Installation of built-in furniture
- 39112000 - Chairs
- 39110000 - Seats, chairs and related products, and associated parts
- 39155000 - Library furniture
- 50850000 - Repair and maintenance services of furniture
- 39143200 - Dining-room 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 Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Education and Classroom Furniture through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot . The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.
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: £50,000,000
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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
Lot 3 - Design led projects and other furniture
Lot No
3
two.2.2) Additional CPV code(s)
- 31600000 - Electrical equipment and apparatus
- 39140000 - Domestic furniture
- 39130000 - Office furniture
- 39151000 - Miscellaneous furniture
- 39151300 - Modular furniture
- 39161000 - Kindergarten furniture
- 39300000 - Miscellaneous equipment
- 39143300 - Living-room furniture
- 39290000 - Miscellaneous furnishing
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 79933000 - Design support services
- 39155000 - Library furniture
- 79421200 - Project-design services other than for construction work
- 79415200 - Design consultancy services
- 39153000 - Conference-room furniture
- 39200000 - Furnishing
- 39100000 - Furniture
- 45330000 - Plumbing and sanitary works
- 45432100 - Floor laying and covering work
- 79931000 - Interior decorating services
- 39500000 - Textile articles
- 45432000 - Floor-laying and covering, wall-covering and wall-papering work
- 39157000 - Parts of furniture
- 45214420 - Lecture theatre construction work
- 39160000 - School furniture
- 79934000 - Furniture design services
- 39143200 - Dining-room furniture
- 34928400 - Urban furniture
- 39142000 - Garden furniture
- 45311000 - Electrical wiring and fitting work
- 37535200 - Playground equipment
- 45310000 - Electrical installation work
- 90514000 - Refuse recycling services
- 79932000 - Interior design services
- 45216129 - Protective shelters
- 39150000 - Miscellaneous furniture and equipment
- 39180000 - Laboratory furniture
- 39141000 - Kitchen furniture and equipment
- 39516100 - Soft furnishings
- 44112200 - Floor coverings
- 50850000 - Repair and maintenance services of furniture
- 44112100 - Shelters
- 39143113 - Specialist soft furnishings
- 45430000 - Floor and wall covering work
- 45420000 - Joinery and carpentry installation work
- 45432110 - Floor-laying work
- 45451000 - Decoration work
- 45211310 - Bathrooms construction work
- 90500000 - Refuse and waste related services
- 39156000 - Lounge and reception-area furniture
- 39134000 - Computer furniture
- 45421153 - Installation of built-in furniture
- 39144000 - Bathroom 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 Contracting Authority wishes to make available to Participating Public Sector Bodies suppliers able to provide services for any furniture related project . This would include both supplies of a wide category of furniture, including but not limited to office, classroom, laboratory, library, lecture and seminar room, outdoor, catering, reception and breakout furniture, and also services such as planning and design, installation, removals and any after sales support required to deliver a full-service solution. There is also the opportunity for tenderers to offer a one-stop-shop solution.
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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
Lot 4 - Special Needs Furniture
Lot No
4
two.2.2) Additional CPV code(s)
- 39200000 - Furnishing
- 90500000 - Refuse and waste related services
- 33196200 - Devices for the disabled
- 39153000 - Conference-room furniture
- 39130000 - Office furniture
- 45421153 - Installation of built-in furniture
- 39151000 - Miscellaneous furniture
- 79934000 - Furniture design services
- 39155000 - Library furniture
- 39143120 - Bedroom furniture, other than beds and beddings
- 39530000 - Carpets, mats and rugs
- 39156000 - Lounge and reception-area furniture
- 39143200 - Dining-room furniture
- 39134000 - Computer furniture
- 39143113 - Specialist soft furnishings
- 39150000 - Miscellaneous furniture and equipment
- 39143000 - Bedroom, dining room and living-room furniture
- 39100000 - Furniture
- 39142000 - Garden furniture
- 39144000 - Bathroom furniture
- 39143100 - Bedroom furniture
- 39157000 - Parts of furniture
- 39143110 - Beds and bedding and specialist soft furnishings
- 50850000 - Repair and maintenance services of furniture
- 39161000 - Kindergarten furniture
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 39516100 - Soft furnishings
- 39160000 - School furniture
- 39140000 - Domestic furniture
- 90514000 - Refuse recycling services
- 39151300 - Modular furniture
- 39180000 - Laboratory 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 Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Special Educational Needs Furniture and Accessories through through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot . The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.
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: £20,000,000
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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
Lot 5 - Specialist Ergonomic Furniture & Accessories
Lot No
5
two.2.2) Additional CPV code(s)
- 39150000 - Miscellaneous furniture and equipment
- 79934000 - Furniture design services
- 33196200 - Devices for the disabled
- 39110000 - Seats, chairs and related products, and associated parts
- 45421153 - Installation of built-in furniture
- 39100000 - Furniture
- 39120000 - Tables, cupboards, desk and bookcases
- 39134000 - Computer furniture
- 90500000 - Refuse and waste related services
- 39263000 - Desk equipment
- 90514000 - Refuse recycling services
- 30191000 - Office equipment except furniture
- 39157000 - Parts of furniture
- 39130000 - Office furniture
- 39143113 - Specialist soft furnishings
- 39516100 - Soft furnishings
- 39530000 - Carpets, mats and rugs
- 39151000 - Miscellaneous furniture
- 39140000 - Domestic 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 Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Specialist Ergonomic Furniture and accessories through through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot. The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.
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: £20,000,000
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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.1.2) 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
Envisaged maximum number of participants to the framework agreement: 52
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The University of Essex's Internal Reference Number is UOE/DU/FURN/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com
The tender is available from the opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being
sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score(s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the last placed position in respect of this framework is 8th for Lots 1,2,4 and 5, and 20th for Lot 3. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the
decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of
ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Country
United Kingdom