Planning

Sustainable Furniture Solutions (PA23)

  • NEUPC Ltd

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-039297

Procurement identifier (OCID): ocds-h6vhtk-055db0

Published 11 July 2025, 2:05pm



Scope

Reference

FFE2010NE

Description

NEUPC is intending to launch a competitive tendering exercise for a framework for Sustainable Furniture Solutions. The main scope of the framework will cover supply and installation of furniture. Also incorporated into the scope will be additional specialisms such as design, space planning, project management etc. Circular economy considerations, repair, re-use and recycling will be incorporated into the Lots and specifications.

The framework will be available to NEUPC, APUC, CPC, HEPCW, LUPC, NWUPC, SUPC and TUCO members

NEUPC has duly considered the use of Lots in this framework and has provided the details of proposed Lots below. These Lots, and the procurement process, may be suitable for Small to Medium Enterprises (SMEs) and Voluntary, community and social enterprises (VCSEs) to bid for.

Supplier Feedback:

Suppliers are invited to provide voluntary feedback on the Lots (eg names, number of places, and descriptions), proposed Framework type (eg closed/open) and term, for NEUPCs consideration. If a Supplier is interested in providing feedback, they must do so by the 24th July 2025 17:00. Feedback must be submitted via email to s.hogg@neupc.ac.uk.

Please note that NEUPC reserves the right to consider feedback and to alter, amend, or remove Lots and Framework type/term entirely on that basis. The final Lots and Framework type/term will be made clear in the Tender Notice and associated tender documents.

The coverage for each Lot will be broken down into the following regions:

North East

Yorkshire and Humberside

Midlands

East Anglia

London

South East

South West

Wales

North West

Cumbria

Northern Ireland

Scotland

Suppliers are to confirm the regions they can cover.

The intention is to appoint a maximum of 4 Suppliers per region for Lots:

1.Furniture Refurbishment and Repair

2.Furniture Redistribution / Re-Use (including provision/use of e-marketplace)

5.Beds and Mattresses

6.AV/IT Integrated/Secure Furniture

7.Lockers/Secure Storage

8.Lecture Theatre, Auditoria and Arena Seating

9.'Front of House' Catering/Café Furniture

10.Indoor Social Space Furniture

11.Outdoor Social Space Furniture

And a maximum of 12 Suppliers per region for Lots:

3.Offices and Office Style Spaces Furniture

4.Residential Furniture (Bedroom, Kitchen, Bathroom)

The opportunity will be published on the NEUPC Procurement Portal (Portal) . To ensure you can easily access the tender documents, we recommend creating an account on the Portal beforehand. You can create an account at: https://neupc.delta-esourcing.com/.

Tender documentation is estimated to be published on 21st August 2025 and no documentation will be available before the publication date.

Suppliers are advised to register and complete the relevant stages on the Central Digital Platform (CDP) if they wish to participate in and bid for this framework.

How to register on the CDP can be found at: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html

Suppliers should be aware that registration(s) could be a prolonged process. Tender submission deadlines cannot be extended to allow for late supplier registrations to the Portal or CDP.

IMPORTANT - Every effort has been made to ensure the accuracy of the information in this notice and is based on the latest information available at this time. However, all information provided in this notice may be subject to change prior to publishing the Tender Notice. Any change(s) will be clearly identified in the Tender Notice.

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=962417941

Commercial tool

Establishes a framework

Total value (estimated)

  • £180,000,000 excluding VAT
  • £216,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 14 February 2026 to 28 February 2030
  • 4 years, 15 days

Main procurement category

Goods

Additional procurement category

Services

Contract locations

  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Furniture Refurbishment and Repair

Description

This Lot is intended to incorporate as wide as possible secondary service elements in the furniture market i.e. refurbish, refinish, reupholster, repair, reuse, repurpose.

The purpose is to extend the lifespan with proper care and maintenance, and reduce the need / extend the timescale for replacement of furniture.

Suppliers should have a strong base in the region(s) that they are bidding for to be able to respond to opportunities / call-off contracts, offer an economically viable and sustainable service, that demonstrates / maximises circular economy benefits

Lot value (estimated)

  • £3,500,000 excluding VAT
  • £4,200,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39157000 - Parts of furniture
  • 50850000 - Repair and maintenance services of furniture

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Furniture Redistribution / Re-Use (including provision/use of e-marketplace)

Description

This Lot is intended to incorporate as wide as possible service elements in the secondary furniture market i.e. offer 'take-back' of surplus product from Members and release the furniture to be available, potentially, but not limited to, the following methods:

a.Offered to charities within the UK

b.Offered to other public bodies within the UK

c.Offered to organisations in less-developed nations through a 'repatriation scheme'

d.Broken down and recycled as a last resort

The purpose is to avoid landfill at disposal, and maximise re-use or recycling. . It is expected that the service will be self-funding through the buying and selling of goods.

Suppliers should have a strong base in the region(s) that they are bidding for to be able to respond to opportunities / call-off contracts, offer an economically viable and sustainable service, that demonstrates / maximises circular economy benefits

Lot value (estimated)

  • £500,000 excluding VAT
  • £600,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39100000 - Furniture
  • 45453100 - Refurbishment work
  • 50850000 - Repair and maintenance services of furniture

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Offices and Office Style Spaces Furniture and Associated Services

Description

Supply and installation of furniture suitable for offices and office style spaces, including but not limited to desks, chairs, pedestal storage, reception sofas etc

Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £150,000,000 excluding VAT
  • £180,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39130000 - Office furniture
  • 39151300 - Modular furniture
  • 39153000 - Conference-room furniture
  • 39155000 - Library furniture
  • 39156000 - Lounge and reception-area furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Student Accommodation / Residential Furniture (Bedroom, Kitchen, Bathroom)

Description

Supply and installation of furniture suitable for student accommodation, including but not limited to beds, wardrobes, drawers, kitchen units, vanity units etc

Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £9,000,000 excluding VAT
  • £10,800,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39141000 - Kitchen furniture and equipment
  • 39143100 - Bedroom furniture
  • 39143120 - Bedroom furniture, other than beds and beddings
  • 39144000 - Bathroom furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Beds and Mattresses

Description

Supply and installation of beds and/or mattresses

Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, after-sales support, and circular economy considerations e.g. recycling etc

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39143110 - Beds and bedding and specialist soft furnishings
  • 39143112 - Mattresses

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. AV/IT Integrated/Secure Furniture

Description

Supply and installation of furniture suitable for IT and/or AV equipment, with secure housings/fixings where required, including but not limited to desks, pedestal storage, lecturn etc

Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39134000 - Computer furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. Lockers/Secure Storage

Description

Supply, installation and maintenance of lockers/secure storage suitable for a variety of environments and uses, including but not limited to personal storage for hot-desking offices, mailboxes in student accommodation, clothes lockers in gyms/sports centres etc

Associated services include but are not limited to product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £500,000 excluding VAT
  • £600,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 44421720 - Lockers

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. Lecture Theatre, Auditoria and Arena Seating

Description

Supply, installation and maintenance of seating for a variety of spaces, including but not limited to lecture theatres, auditoria, arenas etc

Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39111200 - Theatre seats
  • 50850000 - Repair and maintenance services of furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 9. 'Front of House' Catering/Café Furniture

Description

Supply and installation of furniture suitable for cafe/restaurant style spaces, including but not limited to tables, chairs, sofas etc

The supplier would be expected to be able to offer a range of furniture styles/themes to complement the cafe/restaurant design, and the furniture would be expected to differ from the office Lot, being more similar to domestic style furniture to encourage the customer to linger, but still suitable for a commercial/high-throughflow environment.

Associated services include but are not limited to product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,200,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39143200 - Dining-room furniture
  • 39315000 - Restaurant equipment
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 10. Indoor Social Space Furniture

Description

Supply and installation of furniture suitable for student accommodation, hybrid use, break-out spaces etc, including but not limited to tables, chairs, sofas etc

The supplier would be expected to be able to offer a range of furniture styles/themes to complement the interior design, and the furniture would be expected to differ from the office Lot, being more similar to domestic style furniture to be more comfortable as likely to be seated for a longer time, but still suitable for a commercial/high-throughflow environment.

Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,200,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 39140000 - Domestic furniture
  • 39143200 - Dining-room furniture
  • 39143300 - Living-room furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 11. Outdoor Social Space Furniture

Description

Supply and installation of 'social' furniture suitable for outdoor spaces on campus, including but not limited to weather resistant fixed and/or moveable tables, chairs, canopies/umbrellas etc

Associated services include but are not limited to product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc

Lot value (estimated)

  • £500,000 excluding VAT
  • £600,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34928400 - Urban furniture
  • 39142000 - Garden furniture
  • 45233293 - Installation of street furniture
  • 50850000 - Repair and maintenance services of furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

Prices will be capped by the Framework Agreement and will be the maximum that can be charged on a call-off contract. Capped pricing may be reduced at the time of call-off.

Call off from the Framework Agreement will be by means of either direct award or further competition. Relevant to their contract requirements, and at their absolute discretion, agreement users are reserved the right to determine the appropriate call off method each and/or every call off contract requirement.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

North Eastern Universities Purchasing Consortium (NEUPC): http://www.neupc.ac.uk/our-members;

Advanced Procurement for Universities and Colleges (APUC): http://www.apuc-scot.ac.uk/#!/members;

Higher Education Purchasing Consortium Wales (HEPCW): http://www.hepcw.ac.uk/;

London Universities Purchasing Consortium (LUPC): http://www.lupc.ac.uk/list-of-members.html;

North Western Universities Purchasing Consortium (NWUPC): http://www.nwupc.ac.uk/our-members;

Southern Universities Procurement Consortium (SUPC): https://www.supc.ac.uk/our-members/;

The University Caterers Organisation Limited (TUCO): https://www.tuco.ac.uk/why-tuco/about-us;

Crescent Purchasing Consortium (CPC): https://www.thecpc.ac.uk/


Participation

Particular suitability

Lot 1. Furniture Refurbishment and Repair

Lot 2. Furniture Redistribution / Re-Use (including provision/use of e-marketplace)

Lot 3. Offices and Office Style Spaces Furniture and Associated Services

Lot 4. Student Accommodation / Residential Furniture (Bedroom, Kitchen, Bathroom)

Lot 5. Beds and Mattresses

Lot 6. AV/IT Integrated/Secure Furniture

Lot 7. Lockers/Secure Storage

Lot 8. Lecture Theatre, Auditoria and Arena Seating

Lot 9. 'Front of House' Catering/Café Furniture

Lot 10. Indoor Social Space Furniture

Lot 11. Outdoor Social Space Furniture

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Publication date of tender notice (estimated)

21 August 2025

Enquiry deadline

26 August 2025, 11:59pm

Submission type

Tenders

Deadline for requests to participate

1 September 2025, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

11 February 2026


Award criteria

This table displays the award criteria of the lot
Name Type
Price Price
Quality/Technical Quality
Responsible Procurement and Social Value Quality

Weighting description

Weighting and sub-criteria to be confirmed in the Tender Notice and tender documentation


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This will be a multi-supplier framework agreement that falls under the scope of the Procurement Act 2023 (PA23). NEUPC intends to run a multi-stage competitive tendering procedure before awarding a maximum number of Suppliers against each Lot on the framework.

The Invitation to Participate (ITP) procedure will have the following components:

• Stage 1 - Procurement Specific Questionnaire (PSQ):

Suppliers wishing to participate in the opportunity must submit a complete and compliant PSQ in response to the Tender Notice before the deadline (this deadline will be clearly stated in the Tender Notice and tender documentation once it is available). The PSQ stage will be focused on determining which Suppliers are best capable of delivering the required goods and/or services

To ensure transparency, NEUPC will be using Stage 1 to down-select Suppliers, and as such will only take a fixed number of Suppliers to the next stage (the number of Suppliers being taken through will be clearly stated in the Tender Notice and tender documentation when published). All unsuccessful bidders from Stage 1 will receive an assessment notification that explains their rejection based on their response to the ITP.

• Stage 2 - Invitation To Tender (ITT):

Suppliers who are successful at Stage 1 will be invited to the next stage in the ITP process. Stage 2 will be a more detailed, focussed, assessment of Suppliers' capabilities in response to a list of questions set by NEUPC. Stage 2 will include:

- Quality/Technical Questions (Scored)

- Responsible Procurement and Social Value (Scored)

- Presentation/Design Exercise (Scored)

- Price Assessment (Scored)

Please note at Stage 2 the questions will be Lot-specific and may require different responses from Suppliers. Suppliers should be aware that no extra time is provided for Suppliers who are wishing to bid against multiple Lots.

• Stage 3 - Further Negotiation and Submission of Revised Tenders:

• Stage 4 - Appointment to the Framework:

Following conclusion of a Standstill Period, Suppliers with the Most Advantageous Tenders (MAT) at Stage 3 will be invited to sign the Framework Agreement, Sustain Supply Chain of Conduct, and create/update a Sustainability Action Plan on the Subsequently they will be appointed a place on the framework. Parties are required to complete all these before being awarded a place onto the Framework. All Suppliers from Stage 3 will receive an assessment summary letter that explains their award or rejection based on their response to the ITP.

Reduced tendering period

Yes

Qualifying planned procurement notice - minimum 10 days


Contracting authority

NEUPC Ltd

  • Public Procurement Organisation Number: PVTM-8818-LTHQ

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

United Kingdom

Contact name: Steven Hogg

Telephone: +44 1134871754

Email: s.hogg@neupc.ac.uk

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government