UK-Leeds: Furniture.

UK-Leeds: Furniture.
Section I: Contracting Authority
I.1) Name and addresses
North Eastern Universities Purchasing Consortium
103 Clarendon Road, Leeds, LS2 9DF, United Kingdom
Email: m.r.hayter@leeds.ac.uk
Contact: Mark Hayter
Main Address: http://www.neupc.ac.uk/, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Furniture: Supply and installation
Reference Number: FFE2005NE
II.1.2) Main CPV Code:
39100000 - Furniture.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: NEUPC seeks to establish a framework agreement for the supply and installation of furniture within the memberships of the named purchasing consortia across a range of environments defined by the ten lots described in the Information about lots section of this Notice.

Associated services including but not limited to interior design, space planning, technical drawings and project management will be in scope of the framework

The framework agreement will be made available for use by the listed consortia and all their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.

Membership of the consortia may be subject to change due to strategic realignment or the inclusion of new members.
II.1.5) Estimated total value:
Value excluding VAT: 268,125,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: dependant on suppliers being awarded across
a) all lots, or
b) lots 1(a and b) to 4 inclusive, or
c) lots 5 to 7 inclusive
Lot 1 may divest as Lot1A – Northern England and Northern Wales, and Lot1B – Southern England and Southern Wales

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Furniture — Office, classroom, breakout, reception, meeting, conference, café, bistro
Lot No: 1
II.2.2) Additional CPV codes:
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
39100000 - Furniture.
39130000 - Office furniture.
39134000 - Computer furniture.
39143200 - Dining-room furniture.
39150000 - Miscellaneous furniture and equipment.
39151000 - Miscellaneous furniture.
39151300 - Modular furniture.
39153000 - Conference-room furniture.
39156000 - Lounge and reception-area furniture.
39157000 - Parts of furniture.
39160000 - School furniture.
45421153 - Installation of built-in furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
39120000 - Tables, cupboards, desk and bookcases.
39121000 - Desks and tables.
39121100 - Desks.
39121200 - Tables.
39134100 - Computer tables.
39143210 - Dining tables.
39111000 - Seats.
39113300 - Bench seats.
39132100 - Filing cabinets.
79932000 - Interior design services.
39141300 - Cabinets.
39122000 - Cupboards and bookcases.
39122200 - Bookcases.
39110000 - Seats, chairs and related products, and associated parts.
39112000 - Chairs.
39112100 - Dining chairs.
39113000 - Miscellaneous seats and chairs.
39113100 - Armchairs.
39113500 - Stools.
30233100 - Computer storage units.
39113600 - Benches.
39151200 - Work benches.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation suited to Office, classroom, breakout, reception, meeting, conference, café, bistro environments
Office and classroom Seating
Office and classroom Desking
Computer tables and workstations
Pedestals
Bookcases
Filing cabinets
Desk screens
Office dividers and partitions
Acoustic pods and booths
Collaborative work stations
Cafeteria and bistro seating (interior and exterior)
Cafeteria and bistro tables (interior and exterior)
Reception and breakout area seating, low tables
Soft seating
Conference and meeting room tables
Conference and meeting room seating
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 243,750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 10 (including regional demarcation)
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: It is envisaged that Lot 1 will contain regional assignment, and may be awarded as Lot1A — Northern England and Northern Wales, and Lot1B — Southern England and Southern Wales. The value of expenditure in region A is envisaged to be equal to that in region B. Institutions will use their discretion to determine the most appropriate region, or may choose to call competition from both regions.
II.2) Description Lot No. 2

II.2.1) Title: Furniture — AV/IT Integrated and Security
Lot No: 2
II.2.2) Additional CPV codes:
39100000 - Furniture.
39134000 - Computer furniture.
39150000 - Miscellaneous furniture and equipment.
39151000 - Miscellaneous furniture.
39151300 - Modular furniture.
39157000 - Parts of furniture.
39160000 - School furniture.
45421153 - Installation of built-in furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
39120000 - Tables, cupboards, desk and bookcases.
39121000 - Desks and tables.
39121200 - Tables.
39134100 - Computer tables.
39121100 - Desks.
39111000 - Seats.
39111100 - Swivel seats.
39113300 - Bench seats.
39114000 - Parts of seats.
39132100 - Filing cabinets.
79932000 - Interior design services.
39141300 - Cabinets.
39122000 - Cupboards and bookcases.
39122100 - Cupboards.
39110000 - Seats, chairs and related products, and associated parts.
39112000 - Chairs.
39113000 - Miscellaneous seats and chairs.
39113500 - Stools.
30233100 - Computer storage units.
39113600 - Benches.
39151200 - Work benches.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation suited to — AV/IT Integrated and Security
Classroom and office desks - AV/ IT integration capable
Cabinets - AV/ IT integration capable
Credenzas - AV/ IT integration capable
Lecterns - AV/ IT integration capable
Media walls - AV/ IT integration capable
Reception desks - AV/ IT integration capable
Laptop/tablet charging cabinets - AV/ IT integration capable
Classroom and office desks - AV/ IT security capable
Cabinets - AV/ IT security capable
Credenzas - AV/ IT security capable
Lecterns - AV/ IT security capable
Media walls - AV/ IT security capable
Reception desks - AV/ IT security capable
Laptop/tablet charging cabinets - AV/ IT security capable
Operator Chairs
Soft seating and breakout furniture - AV/ IT security capable
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Furniture — Laboratory
Lot No: 3
II.2.2) Additional CPV codes:
39100000 - Furniture.
39180000 - Laboratory furniture.
45421153 - Installation of built-in furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
79932000 - Interior design services.
39113300 - Bench seats.
39113600 - Benches.
39151200 - Work benches.
39181000 - Laboratory benching.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation suited to — Laboratory
Environment safe surfaces - chemical
Environment safe surfaces - temperature
Environment safe surfaces - solids
Environment safe surfaces - liquids
Environment safe surfaces - gases
Generic classroom surfaces (melamine, real wood veneers etc.)
Workstations
Benchtops
Workstations
Benchtops
Seating
Storage
Sinks
Service ducted stations (water, gas, power outlets etc.)
Extraction devices
Fume Cupboards (BS14175 tested)
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established for the first time with no preceding framework to draw reference from
II.2) Description Lot No. 4

II.2.1) Title: Furniture — Lecture Theatre and Auditoria
Lot No: 4
II.2.2) Additional CPV codes:
39100000 - Furniture.
39150000 - Miscellaneous furniture and equipment.
39151000 - Miscellaneous furniture.
39151300 - Modular furniture.
39157000 - Parts of furniture.
39160000 - School furniture.
45421153 - Installation of built-in furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
39121000 - Desks and tables.
39121200 - Tables.
79932000 - Interior design services.
39110000 - Seats, chairs and related products, and associated parts.
39113000 - Miscellaneous seats and chairs.
39113300 - Bench seats.
39113600 - Benches.
39111000 - Seats.
39111200 - Theatre seats.
39114000 - Parts of seats.
39112000 - Chairs.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation suited to — Lecture Theatre and auditoria
Stacking chairs
chair storage trolleys
Flip up / folding seating
Retractable seating - manual
Retractable benching - manual
Retractable seating - motored
Retractable benching - motored
Fixed tiering
Removable seating
Removable benching
Staging
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established for the first time with no preceding framework to draw reference from
II.2) Description Lot No. 5

II.2.1) Title: Furniture — Residential bedroom/kitchen/bathroom fixed or loose cabinetry and furniture
Lot No: 5
II.2.2) Additional CPV codes:
39100000 - Furniture.
39140000 - Domestic furniture.
39141000 - Kitchen furniture and equipment.
39143000 - Bedroom, dining room and living-room furniture.
39143100 - Bedroom furniture.
39143120 - Bedroom furniture, other than beds and bedding.
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.
39157000 - Parts of furniture.
45421153 - Installation of built-in furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
39120000 - Tables, cupboards, desk and bookcases.
39121000 - Desks and tables.
39121200 - Tables.
39143123 - Bedside tables.
39143210 - Dining tables.
39143310 - Coffee tables.
39121100 - Desks.
39110000 - Seats, chairs and related products, and associated parts.
39111000 - Seats.
39111100 - Swivel seats.
39114000 - Parts of seats.
79932000 - Interior design services.
39141300 - Cabinets.
39143110 - Beds and bedding and specialist soft furnishings.
39143111 - Mattress supports.
39143112 - Mattresses.
39522510 - Pneumatic mattresses.
39122000 - Cupboards and bookcases.
39122100 - Cupboards.
39122200 - Bookcases.
39112000 - Chairs.
39112100 - Dining chairs.
39113000 - Miscellaneous seats and chairs.
39113100 - Armchairs.
39113500 - Stools.
39141400 - Fitted kitchens.
45421151 - Installation of fitted kitchens.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply and installation of Furniture to Halls of Residence, such as bedroom/kitchen/bathroom fixed or loose cabinetry and furniture including beds and mattresses including:
beds
mattresses
bedroom cabinetry, shelving and drawers
study desks
study chairs
soft seating
wardrobes
chest of drawers
kitchen cabinetry, shelving and drawers
Kitchen worktops
Breakfast bars
dining tables
dining seating
Bathroom cabinetry, shelving, and drawers
Scribed enclosures for bathroom fitments
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 6
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6

II.2.1) Title: Furniture — Residential beds and mattresses
Lot No: 6
II.2.2) Additional CPV codes:
39143110 - Beds and bedding and specialist soft furnishings.
39143111 - Mattress supports.
39143112 - Mattresses.
39522510 - Pneumatic mattresses.
79932000 - Interior design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation — Residential beds and mattresses
Beds
Mattreses
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established with no immediately preceding framework to draw reference from
II.2) Description Lot No. 7

II.2.1) Title: Furniture — Residential modular bathroom pods
Lot No: 7
II.2.2) Additional CPV codes:
39144000 - Bathroom furniture.
39151300 - Modular furniture.
79932000 - Interior design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: supply and installation — Residential modular bathroom pods
shower only cubicle - one piece
shower only cubicle - sectional
shower and drying space cubicle - one piece
shower and drying space cubicle - sectional
en-suite bathroom pod (shower, sink, toilet)
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 625,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established for the first time with no preceding framework to draw reference from
II.2) Description Lot No. 8

II.2.1) Title: Furniture - Executive Dining
Lot No: 8
II.2.2) Additional CPV codes:
39100000 - Furniture.
39143200 - Dining-room furniture.
39150000 - Miscellaneous furniture and equipment.
39153000 - Conference-room furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
39121200 - Tables.
39143210 - Dining tables.
79932000 - Interior design services.
39110000 - Seats, chairs and related products, and associated parts.
39112000 - Chairs.
39112100 - Dining chairs.
39113000 - Miscellaneous seats and chairs.
39113500 - Stools.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: supply and installation of furniture relating to executive dining and banqueting
seating furniture product with properties that make it specifically suitable for executive dining and banqueting
table furniture product with properties that make it specifically suitable for executive dining and banqueting
stacking trolleys for seating
stacking solution for tables
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 625,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established for the first time with no preceding framework to draw reference from
II.2) Description Lot No. 9

II.2.1) Title: Furniture — Library
Lot No: 9
II.2.2) Additional CPV codes:
39100000 - Furniture.
39130000 - Office furniture.
39134000 - Computer furniture.
39150000 - Miscellaneous furniture and equipment.
39151000 - Miscellaneous furniture.
39155000 - Library furniture.
39156000 - Lounge and reception-area furniture.
39157000 - Parts of furniture.
39160000 - School furniture.
45421153 - Installation of built-in furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.
39120000 - Tables, cupboards, desk and bookcases.
39121000 - Desks and tables.
39121200 - Tables.
39134100 - Computer tables.
39121100 - Desks.
39110000 - Seats, chairs and related products, and associated parts.
39111000 - Seats.
39111100 - Swivel seats.
39113000 - Miscellaneous seats and chairs.
39113300 - Bench seats.
39114000 - Parts of seats.
30191100 - Filing equipment.
39132000 - Filing systems.
39132100 - Filing cabinets.
79932000 - Interior design services.
39141300 - Cabinets.
39122000 - Cupboards and bookcases.
39122100 - Cupboards.
39122200 - Bookcases.
39112000 - Chairs.
39113100 - Armchairs.
39113500 - Stools.
30233100 - Computer storage units.
39113600 - Benches.
39151200 - Work benches.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation — Library environments
Office and classroom Seating
Office and classroom Desking
Computer tables and workstations
Collaborative work stations
Single study work stations
Bookcases and shelving systems
Filing cabinets and drawer storage units
Promotional and exhibit display units
Office dividers and partitions
Acoustic pods and booths
Reception counters, desks
Reception and breakout area soft seating, low tables
AV/IT integrated furniture
Conference and meeting room tables and seating
Rolling stack
Bespoke furniture product
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established for the first time with no preceding framework to draw reference from
II.2) Description Lot No. 10

II.2.1) Title: Furniture — Museum display cabinetry
Lot No: 10
II.2.2) Additional CPV codes:
39141300 - Cabinets.
79932000 - Interior design services.
39120000 - Tables, cupboards, desk and bookcases.
39122000 - Cupboards and bookcases.
39122100 - Cupboards.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation — Museum display cabinetry
Display cabinets - dustproof
Display plinths
Display tables - dustproof
Storage cabinetry - dustproof
Bespoke display cabinetry - dustproof
Space planning and design
Interior design
Autocad drawings
Project management
Installation and maintenance
Specification writing
BIM
Occupational health advice and product access
DDA compliance assessment and product access
Furniture - short term hire
Furniture - lease
furniture re-use, recycling, re upholstering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 625,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Toward expiry date, the framework is expected to be re-tendered
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates: Envisaged optimum awarded supplier number for this lot is 3
It is envisaged twice this number be invited to tender for this lot
Only the highest scoring applicants for this lot will be invited to tender for this lot and NEUPC reserves the right to introduce a pass mark (estimated 75%)

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for three years duration at which time NEUPC reserves the right to invoke an extension period of one year subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs
II.2.14) Additional information: Lot being established for the first time with no preceding framework to draw reference from


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
NEUPC reserves the right to request a parent company guarantee of performance and financial liability
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
as stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.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:
Not Provided
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers - NO
In the case of framework agreements justification for any duration exceeding 4 years: continued efforts to collaborate and achieve strategic alignment of HE and FE Purchasing consortia framework arrangements, may necessitate extended framework periods


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2017/S 79 - 153238
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/08/2017 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/08/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 months from the date of contract award
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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.

PARTICIPATING CONSORTIA AND MEMBERS
Not all consortia have given commitment to each and every lot. A summary of which lots each consortia will fully participate is provided in the procurement documents.

Full lists of consortia members are made available via the url provided in Annex A, and in the procurement documents: Consortia membership may be subject to change due to strategic realignment or the inclusion of new members.

EU FUNDING:
This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to:
1. European Regional Development Fund (ERDF) or;
2. European Structural and Investment Fund (ESIF) or;
3. Research Councils UK (RCUK), the strategic partnership of the UK's seven Research Councils.

CALL OFF METHODS, always at the institution's discretion, include
Direct award, by cascade or rotation
Further competition by desktop exercise or mini tender
E-auction
call-off methods are further detailed in the procurement documents

Institutions opting out of the Public Contracts Regulations and / or their partners that access this agreement are not bound by the call-off procedures which apply to Contracting Authorities

The award evaluation relating to product and service quality will be tested by way of samples being delivered and set up at the designated samples venue (provisionally at The University of the West of England, Bristol – dates to be confirmed). A product quality sub-criterion is ‘aesthetics’: The evaluation committee will be expansive and from various institutions and to ensure these aspects are evaluated free from any particular evaluator’s ‘taste'.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./7B39RB9547

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7B39RB9547
VI.4) Procedures for review
VI.4.1) Review body:
North Eastern Universities Purchasing Consortium
103 Clarendon Road,, Leeds,, LS2 9DF, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/07/2017

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Southern Universities Purchasing Consortium
Science and Technology Centre University of Reading Earley Gate, Whiteknights Road United Kingdom, Reading, RG6 6BZ, United Kingdom
Email: jayne.thorn@reading.ac.uk
Contact: Jayne Thorn
Main Address: http://www.supc.ac.uk/about-us/our-members/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Rd, Bloomsbury United Kingdom, London, W1T 7NZ, United Kingdom
Email: d.whatley@lupc.ac.uk
Contact: Darran Whatley
Main Address: http://lupc.ac.uk/list-of-members.html
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
North Western Universities Purchasing Consortium
Albert House 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: sarah.dye@manchester.ac.uk
Contact: Sarah Dye
Main Address: http://www.nwupc.ac.uk/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Higher Education Purchasing Consortium Wales
8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Email: h.allaway@wales.ac.uk
Contact: Howard Allaway
Main Address: http://www.hepcw.ac.uk/members/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Advanced Purchasing for Universities and Colleges
Unit 27, Stirling Business Centre, Wellgreen,, Stirling, FK8 2DZ, United Kingdom
Email: aanderson@apuc-scot.ac.uk
Contact: Andy Anderson
Main Address: http://www.apuc-scot.ac.uk/#!/members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
The Crescent Purchasing Consortium
Technology House, 2 Lissadel Street, Salford,, Manchester, M6 6AP, United Kingdom
Email: k.blackburn@thecpc.ac.uk
Contact: Keeley Blackburn
Main Address: https://www.thecpc.ac.uk/members/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
The Universities Catering Organisation Purchasing
The University Caterers Organisation Ltd, 20 Dale Street, Manchester, M1 1EZ, United Kingdom
Email: nicola.mellor@tuco.ac.uk
Contact: Nicola Mellor
Main Address: http://www.tuco.ac.uk/about/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
North Eastern Universities Purchasing Consortium
103 Clarendon Road, Leeds, LS29DF, United Kingdom
Email: m.r.hayter@leeds.ac.uk
Contact: Mark Hayter
Main Address: http://www.neupc.ac.uk/our-members, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK