Tender

Sustainable Furniture Solutions

  • NEUPC Ltd

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-051565

Procurement identifier (OCID): ocds-h6vhtk-058e7d

Published 27 August 2025, 12:05pm



Scope

Reference

FFE2010 NE

Description

The scope of the framework covers supply and installation of furniture incorporating circular economy considerations, repair, re-use and recycling, and complementary services such as product design, space planning, drawings, project management, and after-sales support etc.

Due to the wide possible variation in requirements the intention is for the Framework Agreement to have flexibility built-in so Customers can confirm specifics at Mini Competition (as long as the requirements fall within the scope of the Lot titles)

For more information about this opportunity, please visit the NEUPC portal at: https://neupc.delta-esourcing.com/tenders/??notice-title??/3C499X8X48

To respond to this opportunity, please click here: https://neupc.delta-esourcing.com/respond/3C499X8X48

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=971633180

Commercial tool

Establishes a framework

Total value (estimated)

  • £301,666,662 excluding VAT
  • £362,000,000 including VAT

Above the relevant threshold

Main procurement category

Goods

Additional procurement category

Services

Contract locations

  • UK - United Kingdom

Not the same for all lots

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


Lot 1. Furniture Refurbishment / Repair / Re-Upholstery

Description

The aim of this Lot is to optimise longevity of existing furniture and maximise the use and value of resources, supporting the principles of a circular economy by minimising waste and reducing dependence upon new furniture.

Expected service:

•Audits / reporting on condition of existing furniture, and options

•Collection of furniture

•Refurbishment / repair / re-upholstery of furniture.

•Recycling or disposal of furniture beyond economical repair.

•Delivery and installation of refurbished / repaired / re-upholstered furniture.

Lot value (estimated)

  • £5,833,333 excluding VAT
  • £7,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with an option to extend for a final two year period.

CPV classifications

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

Same for all lots

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


Lot 2. Furniture Redistribution / Re-Use (including option to provide/use e-marketplace)

Description

Expected service:

•'Take-back' of surplus furniture

•Audits / reporting on condition of existing furniture, and options

•Collection

•Refurbishment / repair / re-upholstery of furniture as required

•Recycling or disposal of furniture that is unusable or beyond economical repair

•Offering furniture for redistribution / re-use through donations or sold

•Delivery and installation, or collection by recipient, of furniture. Providing a traceability/confirmation report to Customers

•After a reasonable time, furniture may be broken down and recycled, or as a last resort disposed of. Providing a traceability/confirmation report to Customers

NB - Customers should not be charged for the use of the service elements above. It is expected that the service will be self-funding through the selling of furniture

•Suppliers may also offer furniture items for sale to Customers that are in good working condition and ready for immediate use

Lot value (estimated)

  • £833,333 excluding VAT
  • £1,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with an option to extend for a final two year period.

CPV classifications

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

Same for all lots

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


Lot 3. Offices and Office Style Spaces Furniture

Description

Items within the scope of the Lot title, including but not limited to the following product groups:

•Desks

•Tables

•Workstations

•Moveable or fixed office screens

•Storage furniture

•Filing cabinets

•Chairs

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•Equality Act / ergonomic product and workplace assessments

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £250,000,000 excluding VAT
  • £300,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

  • 39130000 - Office furniture

Same for all lots

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


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

Description

Items within the scope of the Lot title, including but not limited to the following product groups:

•Bedroom Furniture

•Kitchen Furniture

•Beds and mattresses

•Bathroom Furniture

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•Equality Act / ergonomic product and workplace assessments

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers.

Lot value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

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 are shown in the Scope section, because they are the same for all lots.


Lot 5. Beds and Mattresses

Description

Items within the scope of the Lot title

This Lot acknowledges the existence of a dedicated market for supply and installation of beds and mattresses, and is separated to enable Customers to contract directly with the Supplier without the overheads connected to supply and installation of, for instance, residential furniture suites.

Customers are expected to have particular requirements for re-cycling mattresses at end of life. Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers.

Lot value (estimated)

  • £8,333,333 excluding VAT
  • £10,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

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

Same for all lots

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


Lot 6. AV/IT Integrated/Secure Furniture

Description

Items within the scope of the Lot title.

This Lot is intended to provide furniture that integrates AV and IT equipment for meeting rooms, lecture theatres, teaching/collaborative working spaces etc. The areas will often be unoccupied and open access so the equipment will need to be kept secure and tamper/theft protected. It is anticipated there may be a large element of design/customisation, and collaborative working with the Customer's internal departments and/or works contractors or AV/IT equipment suppliers.

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers.

Lot value (estimated)

  • £6,666,666 excluding VAT
  • £8,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

  • 39134000 - Computer furniture
  • 79934000 - Furniture design services

Same for all lots

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


Lot 7. Smart/Secure Lockers and Storage

Description

Items within the scope of the Lot title.

This Lot is intended for supply, installation and maintenance of smart/secure lockers and storage suitable for a variety of environments and uses. 'Standard/traditional' office lockers and storage should be supplied under Lot 3

It is anticipated there may be a large element of design/customisation, and collaborative working with the Customer's internal departments and/or works contractors

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•preventative and/or reactive maintenance, including training of Customer's staff

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £833,333 excluding VAT
  • £1,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

  • 44421720 - Lockers

Same for all lots

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


Lot 8. Lecture Theatre, Auditoria and Arena Seating

Description

Items within the scope of the Lot title.

It is anticipated there may be a large element of design/customisation, and collaborative working with the Customer's internal departments and/or works contractors.

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•preventative and/or reactive maintenance, including training of Customer's staff to self-maintain where possible.

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £8,333,333 excluding VAT
  • £10,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

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

Same for all lots

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


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

Description

This Lot is intended for furniture suitable for cafe/restaurant style spaces, items within the scope of the Lot title including but not limited to tables, chairs, sofas etc. The supplier would be expected to be able to offer a range of furniture to complement the cafe/restaurant design, that would be expected to aesthetically differ from the Lot 3 office furniture, being more similar to domestic style furniture to encourage the customer to linger, but still suitable for a commercial/high-throughflow environment.

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £1,666,666 excluding VAT
  • £2,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

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

Same for all lots

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


Lot 10. Indoor Social Space Furniture

Description

This Lot is intended for furniture suitable for student accommodation, hybrid use, break-out spaces etc, Items within the scope of the Lot title, including but not limited to dining 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 expected to aesthetically differ from the Lot 3 office furniture, being more similar to domestic style furniture

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £1,666,666 excluding VAT
  • £2,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with an option to extend for a final two year period.

CPV classifications

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

Same for all lots

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


Lot 11. Outdoor Social Space Furniture

Description

This Lot is intended for 'social' furniture suitable for outdoor spaces on campus, items within the scope of the Lot title including but not limited to weather resistant fixed and/or moveable tables, chairs, canopies/umbrellas etc.

Services to include but not limited to:

•product design, space planning, drawings, project management, and after-sales support

•circular economy considerations e.g. re-use and recycling etc

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £833,333 excluding VAT
  • £1,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with an option to extend for a final two year period.

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 are shown in the Scope section, because they are the same for all lots.


Lot 12. Specialist Ergonomic Furniture and Associated Services

Description

This Lot acknowledges the existence of a dedicated market for supply and installation of specialist ergonomic furniture and associated services, and is separated to enable Customers to contract directly with the Supplier without the overheads connected to possibly sub-contracting as part of a larger/wider refurbishment project.

Items within the scope of the Lot title, eg:

•Sit/Stand Desks, Tables, Workstations

•Chairs

Services to include but 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

to take back furniture that is being replaced, regardless of origin, for sustainable forward processing e.g. through the Supplier's own processes, utilising Suppliers on Lot 2, or others that offer similar standard service. Providing a traceability/confirmation report to Customers

Lot value (estimated)

  • £1,666,666 excluding VAT
  • £2,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

The Framework will be for an initial two year period, with the option to extend for a final two year period.

CPV classifications

  • 39130000 - Office furniture
  • 79934000 - Furniture design services

Same for all lots

Contract locations 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

2%

Further information about fees

As a Framework Levy calculated as a Percentage of the Supplier's total invoices for Charges (excluding Value Added Tax) each quarter in relation to the provision of the Goods and Services pursuant to a Call-Off Contract

In addition to any Framework Levy paid, a member rebate will be requested based upon individual Supplier's aggregated annual turnover levels achieved through the framework that are within set spend levels/bands. Suppliers will be asked to provide details of any percentage rebate they will offer as part of the tender for price evaluation.

Framework operation description

The successful delivery of this Framework Agreement will rely on the ability of the Supplier and NEUPC Ltd to develop a strategic relationship and maintaining this relationship throughout the Framework Agreement period. To achieve this strategic relationship, there will be a requirement to adopt proactive framework management activities which will be informed by quality Management Information, and the sharing of information between the Supplier and NEUPC Ltd.

Call-Off Contracts will be agreed by a Customer in accordance with the process set out in the ITP and in accordance with the other provisions of this Framework Agreement

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Members of the following purchasing organisations can use the Framework Agreement:

1. North Eastern Universities Purchasing Consortium (NEUPC): http://www.neupc.ac.uk

2. Advanced Procurement for Universities and Colleges (APUC): http://www.apuc-scot.ac.uk

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

4. London Universities Purchasing Consortium (LUPC): http://www.lupc.ac.uk

5. North Western Universities Purchasing Consortium (NWUPC): http://www.nwupc.ac.uk

6. Southern Universities Procurement Consortium (SUPC): https://www.supc.ac.uk

7. The University Caterers Organisation Limited (TUCO): https://www.tuco.ac.uk

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

The Framework Agreement is intended to be used by Members who are "contracting authorities" (as defined in the Act) in accordance with section 45 of the Act and/or Members who are not "contracting authorities".


Participation

Legal and financial capacity conditions of participation

Lot 1. Furniture Refurbishment / Repair / Re-Upholstery

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 1 - £60,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 1 - £720,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 1:

a)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)public liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim; and

c)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 2. Furniture Redistribution / Re-Use (including option to provide/use e-marketplace)

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 2 - £9,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 2 - £108,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 2:

a)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)public liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim; and

c)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 3. Offices and Office Style Spaces Furniture

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 3 - £900,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 3 - £10,800,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 3:

a. a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

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

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 4 - £50,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 4 - £600,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 4:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 5. Beds and Mattresses

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 5 - £90,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 5 - £1,080,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 5:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 6. AV/IT Integrated/Secure Furniture

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 6 - £70,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 6 - £840,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 6:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 7. Smart/Secure Lockers and Storage

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 7 - £10,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 7 - £120,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 7:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 8. Lecture Theatre, Auditoria and Arena Seating

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 8 - £90,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 8 - £1,080,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 8:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

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

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 9 - £17,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 9 - £204,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 9:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 10. Indoor Social Space Furniture

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 10 - £17,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 10 - £204,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 10:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 11. Outdoor Social Space Furniture

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 11 - £9,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 11 - £108,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 11:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Lot 12. Specialist Ergonomic Furniture and Associated Services

Financial Capacity Conditions of Participation -

1. Minimum annual turnover (per region bid for)

Lot 12 - £17,000

i.e. if bidding for all 12 regions, the minimum annual turnover is:

Lot 12 - £204,000

If applying for multiple Lots, minimum annual turnover will be aggregated

AND

2. Quick Ratio score 1

Insurances -

Lot 12:

a)professional indemnity insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

b)product liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim;

c)public liability insurance in the sum of not less than £10,000,000.00 (ten million pounds) for each and every claim; and

d)employer's liability insurance in the sum of not less than £5,000,000.00 (five million pounds) for each and every claim.

Particular suitability

Lot 1. Furniture Refurbishment / Repair / Re-Upholstery

Lot 2. Furniture Redistribution / Re-Use (including option to provide/use e-marketplace)

Lot 3. Offices and Office Style Spaces Furniture

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

Lot 5. Beds and Mattresses

Lot 6. AV/IT Integrated/Secure Furniture

Lot 7. Smart/Secure Lockers and 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

Lot 12. Specialist Ergonomic Furniture and Associated Services

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

Submission

Enquiry deadline

19 September 2025, 11:59pm

Submission type

Tenders

Deadline for requests to participate

10 October 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)

29 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Commercial Price 60%
Technical / Quality Quality 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Framework will be for up to four years, with an initial two year period, and an option to extend for a final two year period.

Steps:

1 - Stage 1 (Participation Stage): Selection of Participants to be invited to submit tenders

1.1 - Stage 1 Phase 1: Completeness check

1.2 - Stage 1 Phase 2: Exclusion of excluded and excludable suppliers

1.3 - Stage 1 Phase 3: Application of conditions of participation

1.4 - Stage 1 Phase 4: Selection of Participants to be invited to submit tenders

1.5 - Stage 1 Phase 5: Notification to unsuccessful Participants

2 - Stage 2: Tendering and Negotiation

2.1 - Stage 2 Phase 1: Tender submission and intermediate assessment of tenders

2.2 - Stage 2 Phase 2: Evaluation of tenders against Mandatory Technical Requirements

2.3 - Stage 2 Phase 3: Evaluation of Technical Submissions (Scored)

2.4 - Stage 2 Phase 4: Evaluation of Commercial Submissions (Scored)

3 - Stage 3: Identification of preferred bidders

3.1 - Optional final negotiations with preferred bidder / submission of best and final offer.

3.2 - Standstill to entry into Framework Agreement


Contracting authority

NEUPC Ltd

  • Public Procurement Organisation Number: PVTM-8818-LTHQ

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