UK-Leeds: Furniture.

UK-Leeds: Furniture.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
Phoenix House, 3, South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871760, Email: s.wells@neupc.ac.uk
Contact: Sam Wells
Main Address: http://www.neupc.ac.uk
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/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Sustainable Furniture Solutions
Reference Number: FFE2008NE
II.1.2) Main CPV Code:
39100000 - Furniture.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: NEUPC seeks to award a framework for Sustainable Furniture Solutions, and associated services, across a range of sustainable furniture solutions as described in the Lots section of this Notice.

The framework agreement will be made available for use by the listed consortia and their respective memberships, regardless of whether or not those members are 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.

Members' end user locations include but are not limited to:
- On campus
- Halls of residence
- Remote working
- Remote campus
- Pop-up and subsidiary locations

The main scope of the framework is defined by three lots:
Lot 1 - Circular Economy Considerations
Lot 2 - Supply and Installation
Lot 3 - Specialist
II.1.5) Estimated total value:
Value excluding VAT: 282,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
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: As described in this Notice at: VI.3) Additional information

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

II.2.1) Title: Circular Economy Considerations - Refurbishment and Repair
Lot No: 1a
II.2.2) Additional CPV codes:
50850000 - Repair and maintenance services of furniture.
39100000 - Furniture.
39130000 - Office furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The primary objective of the sub-lot is refurbishment and repair of furniture.

Scope: 
- Project management
- Site clearance
- Collection and delivery services
- Store surplus items for an agreed period of time for that customer to either recall to site or donate items to agreed charity.
- ‘Take back’ left-over or unwanted product.
- Repair, refurbish, re-purpose, re-use that product.
- Listing of surplus products on the framework’s or institution’s choice of re-use marketplace.
- Recycling only where all re-use options are exhausted.  
- Reporting, volume of product from each supply source, volume recycled, carbon savings, monetary savings, donations made etc. 
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: 3,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 1 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2
II.2) Description Lot No. 2

II.2.1) Title: Circular Economy Considerations - Sustainable Furniture Design for Projects
Lot No: 1b
II.2.2) Additional CPV codes:
50850000 - Repair and maintenance services of furniture.
39100000 - Furniture.
39130000 - Office furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This sub-lot aims to provide the most sustainable furniture solutions for customers considering new build and refurbishment projects.  Likely most common will be office style projects, however no ‘style’ will be excluded from consideration, and ‘supply only’ will also be facilitated. 

It is a mandatory requirement that all re-use options be exhausted before newly manufactured product is included for supply. It is also mandatory that all newly manufactured product introduced to the solution be demonstrably and specifically designed for re-use, refurbishment, and recycling.

Scope: 
- Project Design Services
- Project Management
- Re-deploy, repair, refurbish, re-purpose, re-use
- Supply newly manufactured product that has been demonstrably and specifically designed for re-use, refurbishment, and recycling.
- Delivery and Installation services
- ‘Take-back’ of surplus product, for repair, refurbish, re-purpose, re-use. 
- Listing of surplus products on the framework’s or institution’s choice of re-use marketplace.
- Recycling only where all re-use options are exhausted. 
- Reporting, volume of product from each supply source, volume recycled, carbon savings, monetary savings. 
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: 3,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 1 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2
II.2) Description Lot No. 3

II.2.1) Title: Circular Economy Considerations - e-Marketplace
Lot No: 1c
II.2.2) Additional CPV codes:
50850000 - Repair and maintenance services of furniture.
39100000 - Furniture.
39130000 - Office furniture.
66151100 - Electronic marketplace retailing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: An established provider of a furniture re-use e-marketplace will provide a physical and virtual warehouse for products, a sales platform, and transportation logistics to optimise the framework users’ uptake of pre-used product and minimise the volume of:
- used product that is deemed surplus by the sector.
- newly manufactured furniture introduced by the sector

The model extends some institutions’ own established re-use programmes to enable pan institution visibility and access. Unlike some existing platforms, products must be appropriately refurbished and redistributed by the provider, not simply ‘take it as we find it’.

Scope: 
- ‘Take back’ of surplus product from institutions either directly or via framework contractor.
- Grading and pricing expertise 
- Repair and refurbishment service 
- On-line (non-auction) consumer style e-marketplace 
- Logistics service 
- Installation services 
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: 1,500,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 1 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2
II.2) Description Lot No. 4

II.2.1) Title: Circular Economy Considerations - Furniture as a Service (FaaS)
Lot No: 1d
II.2.2) Additional CPV codes:
50850000 - Repair and maintenance services of furniture.
39100000 - Furniture.
39130000 - Office furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: For a contract sum, the awarded supplier will manage and maintain some or all of an institution’s furniture assets across campus for an agreed period of time.  This lot is introduced on the evidence that some institutions are already considering a leasing strategy, and in anticipation of the long-term requirement to continually evolve estates in the wake of the pandemic. 

Scope: 
- Project Design Services
- Project Management
- Re-deploy, repair, refurbish, re-purpose, re-use
- Supply newly manufactured product that has been demonstrably and specifically designed for re-use, refurbishment, and recycling.
- Delivery and Installation services
- ‘Takeback’ of surplus product, for repair, refurbish, re-purpose, re-use. 
- Listing of surplus products on the framework’s re-use marketplace. 
- Recycling only where all re-use options are exhausted. 
- Reporting, volume of product from each supply source, volume recycled, carbon savings, monetary savings. 
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: 1,500,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 1 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2
II.2) Description Lot No. 5

II.2.1) Title: Supply and Installation - Office and Catering
Lot No: 2a
II.2.2) Additional CPV codes:
39100000 - Furniture.
39130000 - Office furniture.
39134000 - Computer furniture.
39153000 - Conference-room furniture.
39155000 - Library furniture.
39156000 - Lounge and reception-area furniture.
79934000 - Furniture design services.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Scope of services:
- Design  
- Equality Act / Ergonomic workplace assessments 
- Supply 
- Installation
- Re-use and recycling – prioritise use of framework marketplace
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: 250,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 2 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./6M7NF79A4G
II.2) Description Lot No. 6

II.2.1) Title: Supply and Installation - Residential
Lot No: 2b
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.
39156000 - Lounge and reception-area furniture.
79934000 - Furniture design services.
50850000 - Repair and maintenance services of furniture.
39143112 - Mattresses.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Scope of services
- Design  
- Equality Act / Ergonomic workplace assessments 
- Supply 
- Installation. 
- Re-use and recycling – prioritise use of framework marketplace
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 2 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./6M7NF79A4G
II.2) Description Lot No. 7

II.2.1) Title: Supply and Installation - At-Home: Office at Home
Lot No: 2c
II.2.2) Additional CPV codes:
39100000 - Furniture.
39130000 - Office furniture.
39134000 - Computer furniture.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Scope of services:
The objective of this lot is to improve the pricing of contract furniture in competition with on-line domestic furniture markets by
- Logistics based operation
- Operation of customer specific small core product list: fixed price – delivery included
- On-line marketplace/catalogue enabled. including smaller products e.g.,1200 x 600 desks, steel pedestals, etc.  Also incl. height adjustable desks, footrests, etc. 
- Workplace assessments
- Installation service where required
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: 1,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 2 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./6M7NF79A4G
II.2) Description Lot No. 8

II.2.1) Title: Beds and Mattresses
Lot No: 2d
II.2.2) Additional CPV codes:
39100000 - Furniture.
39143100 - Bedroom furniture.
39143111 - Mattress supports.
39143112 - Mattresses.
39522510 - Pneumatic mattresses.
79932000 - Interior design services.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The supply and installation of beds and mattresses, including the removal of used and surplus items
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 2 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./6M7NF79A4G
II.2) Description Lot No. 9

II.2.1) Title: Specialist - IT/AV Integrated and/or Security Furniture
Lot No: 3a
II.2.2) Additional CPV codes:
39100000 - Furniture.
39134000 - Computer furniture.
44421700 - Boxes and lockers.
44421720 - Lockers.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply and installation of furniture demonstrably designed to integrate AV and/or IT equipment types, and/or is especially designed for secure storage
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: 3,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 3 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./4J87KAG727
II.2) Description Lot No. 10

II.2.1) Title: Specialist - Laboratory (practical sciences) Furniture
Lot No: 3b
II.2.2) Additional CPV codes:
39100000 - Furniture.
33192000 - Medical furniture.
33192300 - Medical furniture except beds and tables.
33192340 - Operating theatre furniture except tables.
33930000 - Autopsy furniture.
39180000 - Laboratory furniture.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture supply and installation suited to laboratory environments
safe surface for chemicals, temperatures, solids, liquids, gases etc. and services (power, data, gas, water etc.
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 3 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./4J87KAG727
II.2) Description Lot No. 11

II.2.1) Title: Specialist - Auditoria and Arena Seating Solutions
Lot No: 3c
II.2.2) Additional CPV codes:
39100000 - Furniture.
39111200 - Theatre seats.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Furniture design, supply and installation suited to Auditoria, Theatres, Arenas and Stadia
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 3 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./4J87KAG727
II.2) Description Lot No. 12

II.2.1) Title: Specialist - Modular Bathroom Pods
Lot No: 3d
II.2.2) Additional CPV codes:
39100000 - Furniture.
39144000 - Bathroom furniture.
39151300 - Modular furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply and installation of modular bathroom pods
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: 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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 3 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./4J87KAG727
II.2) Description Lot No. 13

II.2.1) Title: Specialist - Workplace Design Consultancy Services
Lot No: 3e
II.2.2) Additional CPV codes:
79934000 - Furniture design services.
79932000 - Interior design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Workplace Design Consultancy Services
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: 1,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: Access for the tender documents for Lot 3 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./4J87KAG727


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:
Not Provided
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
Not Provided
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 OPEN
IV.1.1) Type of procedure: Open

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
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/11/2021 Time: 10:00

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

IV.2.7) Conditions for opening of tenders:
Date: 08/11/2021
Time: 10:01


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
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

Tenderers may bid for one Lot only, but may bid for any or all of the Sub-lots within that one Lot.
An additional sub-lot: “1e: One Stop Shop” will be created, for all economic operators successfully awarded to all of the sub lots 1a, 1b ,1c and 1d.
An additional sub-lot: “2e: One Stop Shop” will be created, for all economic operators successfully awarded to all of the sub lots 2a, 2b, 2c and 2d.

Because of the envisaged supplier numbers in sub-lots 1a) to 1d) inclusive, Lot 1e can have a maximum of 2 suppliers
Because of the envisaged supplier numbers in sub-lots 2a) to 2d) inclusive, Lot 1e can have a maximum of 3 suppliers



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.

Not all consortia have given full commitment to each and every lot: This is summarised within the tender documents.

The participating consortia use their own websites, as specified in Annex A of this Notice, to publish details of their respective memberships (the framework agreement users).

Call off methods are explained in the tender documents including: direct award (cascade method), award by competitive quotation, desktop exercise, mini tender and e-auction


Access for the tender documents for Lot 1 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2
Access for the tender documents for Lot 2 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./6M7NF79A4G
Access for the tender documents for Lot 3 can be found at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./4J87KAG727
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Furniture./C42XWGQ4M2

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/C42XWGQ4M2
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871750
Internet address: www.neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
INTERNATIONAL DISPUTE RESOLUTION CENTRE
INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
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:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 27/09/2021

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
North Western Universities Purchasing Consortium
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: Sarah.Dye@nwupc.ac.uk
Main Address: https://www.nwupc.ac.uk
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
Southern Universities Purchasing Consortium
Reading Enterprise Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
Email: jayne.thorn@reading.ac.uk
Main Address: https://www.supc.ac.uk/
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
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Email: e.keenan@lupc.ac.uk
Main Address: https://www.lupc.ac.uk
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
8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Email: h.allaway@wales.ac.uk
Main Address: http://www.hepcw.ac.uk
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
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen, Sterling, FK8 2DZ, United Kingdom
Email: AAnderson@apuc-scot.ac.uk
Main Address: www.apuc-scot.ac.uk
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
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
Email: m.woodman@thecpc.ac.uk
Main Address: https://www.thecpc.ac.uk/
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 University Caterers Organisation Ltd
3rd Floor, National House, St Ann Street, Manchester, M2 7LE, United Kingdom
Email: nicola.mellor@tuco.ac.uk
Main Address: https://www.tuco.ac.uk/
NUTS Code: UK