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 1134871754, Email: s.hogg@neupc.ac.uk
Contact: Steven Hogg
Main Address: https://neupc.ac.uk/, Address of the buyer profile: https://www.neupc.ac.uk/join/members/who-are-our-members
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://neupc.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.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: Sustainable Furniture Solutions
Reference Number: FFE2010 NE
II.1.2) Main CPV Code:
39100000 - Furniture.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This notice is for a tender exercise run through a Procurement Act 2023 (PA23) compliant competitive flexible procedure. The notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.

The Higher Education sector has a diverse range of stakeholders and furniture requirements for staff,
student, visitors etc. in a wide range of environments including offices, teaching and study spaces, libraries,
accommodation, hospitality and leisure, etc. We are seeking to establish a Framework Agreement that can provide
creative solutions to meet evolving needs, which may include but are not limited to:
•supporting wellbeing and inclusivity
•supporting smarter working and productivity
•maximising sustainability
•providing variety and flexibility in design and finishes to suit customer’s desired look and feel in an environment.
•managing budget pressure and risk
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)

Members of the following purchasing organisations can use the Framework Agreement:
1. North Eastern Universities Purchasing Consortium (NEUPC): http://www.neupc.ac.uk/our-members;
2. Advanced Procurement for Universities and Colleges (APUC): http://www.apuc-scot.ac.uk/#!/members;
3. Higher Education Purchasing Consortium Wales (HEPCW): http://www.hepcw.ac.uk/;
4. London Universities Purchasing Consortium (LUPC): http://www.lupc.ac.uk/list-of-members.html;
5. North Western Universities Purchasing Consortium (NWUPC): http://www.nwupc.ac.uk/our-members;
6. Southern Universities Procurement Consortium (SUPC): https://www.supc.ac.uk/our-members/;
7. The University Caterers Organisation Limited (TUCO): https://www.tuco.ac.uk/why-tuco/about-us;
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".
II.1.5) Estimated total value:
Value excluding VAT: 362,000,000
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: Not provided

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

II.2.1) Title: Furniture Refurbishment / Repair / Re-Upholstery
Lot No: 1
II.2.2) Additional CPV codes:
39157000 - Parts of furniture.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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. In simple terms, this Lot differs from Lot 2 in that the Customer would require the furniture to be returned to
them following refurbishment / repair / re-upholstery.
Expected service:
•Audits / reporting on condition of existing furniture, and options eg:
oadvising which items are beyond economical repair, and options for recycling or disposal for those items
ooptions for refurbishment / repair / re-upholstery
odesign services
osustainability and carbon reduction advice
•Collection of furniture
•Refurbishment / repair / re-upholstery of furniture. The Supplier shall incorporate requirements of the latest
legislation, particularly health & safety, in the process of refurbishment / repair / re-upholstery of furniture.
•Recycling or disposal of furniture beyond economical repair. Waste deposited into landfill sites should always be
minimised. Providing a traceability/confirmation report to Customers e.g. recycling / waste stream, quantities for items
or materials etc.
•Delivery and installation of refurbished / repaired / re-upholstered furniture.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 2

II.2.1) Title: Furniture Redistribution / Re-Use (including option to provide/use e-marketplace)
Lot No: 2
II.2.2) Additional CPV codes:
39100000 - Furniture.
45453100 - Refurbishment work.
50850000 - Repair and maintenance services of furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: : In simple terms, this Lot differs from Lot 1 in that the Customer has decided existing furniture is surplus to
requirements and would not require the furniture to be returned to them following any refurbishment / repair / reupholstery. This Lot is not intended to be a ‘pure’ waste disposal service, an existing HE framework is in place to
cover this requirement. Suppliers would only be expected to consider furniture that’s condition is assessed as suitable
for redistribution or re-use, including if cost-effective after some refurbishment or repair, but can offer a recycling or
disposal element as part of a larger overall requirement i.e. some furniture is re-used etc and some furniture is
recycled or disposed of.
Expected service:
•Supplier to offer ‘take-back’ of surplus furniture from Customers, including via another company installing ‘new’
furniture under one of the other Lots.
•Audits / reporting on condition of existing furniture, and options eg:
oadvising which items are unusable or beyond economical repair, and options for recycling or disposal for those items
oprovide grading and pricing expertise to ensure appropriate value for money is achieved from each re-usable piece
of furniture.
•Collection of furniture
•Refurbishment / repair / re-upholstery of furniture as required to return items to be made available to good working
condition and ready for immediate use. The Supplier shall incorporate requirements of the latest legislation,
particularly health & safety, in the process of refurbishment / repair / re-upholstery of furniture.
•Recycling or disposal of furniture that is unusable or beyond economical repair. Waste deposited into landfill sites
should always be minimised. Providing a traceability/confirmation report to Customers for items originally taken from
them e.g. recycling / waste stream, quantities for items or materials etc.
•Providing a platform to offer furniture to be redistributed / re-used through donations or sold.
•Donations may include, but are not limited to, the following recommended priority / methods:
oOffered to charities, not for profit community associations, etc within the UK
oOffered to other public sector bodies e.g. hospitals, schools etc within the UK
oOffered to organisations in less-developed nations through a ‘repatriation scheme’
•Sales price should be at a below market/retail value that reflects the furniture was originally at no/low cost to the
Supplier, but reflecting any costs for refurbishment / repair / re-upholstery.
•Delivery and installation, or collection by recipient, of furniture. Providing a traceability/confirmation report to
Customers of sales/donations for items originally taken from them e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc.
•After a reasonable time, furniture that is considered surplus and unlikely to be unsold or accepted for donation may
be broken down and recycled, or as a last resort disposed of. Waste deposited into landfill sites should always be
minimised. Providing a traceability/confirmation report to Customers e.g. recycling / waste stream, quantities for items
or materials etc.
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, incl delivery and installation. These can be from a range of external sources, new or
refurbished/repaired, and including items made from recycled post-consumer waste.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 3

II.2.1) Title: Offices and Office Style Spaces Furniture
Lot No: 3
II.2.2) Additional CPV codes:
39130000 - Office furniture.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 – e.g. desk attached screens, free/floor standing screens, etc
•Storage furniture – e.g. desk pedestals (mobile or fixed), side filers, cupboards, free standing cupboards (door fronted
or tambour fronted), wall mounted cabinets, etc.
•Filing cabinets
•Chairs – e.g. operator/task swivel chairs, visitor chairs, reception chairs/sofas, meeting room chairs, stacking chairs
etc.
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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 4

II.2.1) Title: Student Accommodation / Residential Furniture (Bedroom, Kitchen, Bathroom)
Lot No: 4
II.2.2) Additional CPV codes:
39141000 - Kitchen furniture and equipment.
39143100 - Bedroom furniture.
39143120 - Bedroom furniture, other than beds and bedding.
39144000 - Bathroom furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: : Items within the scope of the Lot title, including but not limited to the following product groups:
•Bedroom Furniture - e.g. wardrobe, chest of drawers, bedside tables, dressing tables/workstations, shelves, chairs
etc
•Kitchen Furniture – e.g. fitted kitchen units, storage units, peninsular/island units, worktops etc
•Beds and mattresses (separately or as part of a larger/overall refurbishment including other bedroom furniture)
•Bathroom Furniture – fitted and free standing cabinets/storage etc
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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 5

II.2.1) Title: Beds and Mattresses
Lot No: 5
II.2.2) Additional CPV codes:
39143110 - Beds and bedding and specialist soft furnishings.
39143112 - Mattresses.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2) Description Lot No. 6

II.2.1) Title: AV/IT Integrated/Secure Furniture
Lot No: 6
II.2.2) Additional CPV codes:
39134000 - Computer furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 7

II.2.1) Title: Smart/Secure Lockers and Storage
Lot No: 7
II.2.2) Additional CPV codes:
44421720 - Lockers.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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, including but not limited to personal storage for hot-desking offices, mailboxes in student
accommodation, clothes lockers in gyms/sports centres etc. The users, purpose, and timeframe for use may vary so
the item will need an efficient method of changing and/or assigning access rights. ‘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 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 8

II.2.1) Title: Lecture Theatre, Auditoria and Arena Seating
Lot No: 8
II.2.2) Additional CPV codes:
39111200 - Theatre seats.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 9

II.2.1) Title: ‘Front of House’ Catering/Café Furniture
Lot No: 9
II.2.2) Additional CPV codes:
39143200 - Dining-room furniture.
39315000 - Restaurant equipment.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 styles/themes to complement the cafe/restaurant design, and the furniture 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 10

II.2.1) Title: Indoor Social Space Furniture
Lot No: 10
II.2.2) Additional CPV codes:
39140000 - Domestic furniture.
39143200 - Dining-room furniture.
39143300 - Living-room furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 the furniture
would be expected to aesthetically differ from the Lot 3 office furniture, being more similar to domestic style furniture to
be more comfortable as likely to be seated for a longer time, or to have more informal style e.g. beanbags etc, but still
suitable for a heavy-use 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 11

II.2.1) Title: Outdoor Social Space Furniture
Lot No: 11
II.2.2) Additional CPV codes:
34928400 - Urban furniture.
39142000 - Garden furniture.
45233293 - Installation of street furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48
II.2) Description Lot No. 12

II.2.1) Title: Specialist Ergonomic Furniture and Associated Services
Lot No: 12
II.2.2) Additional CPV codes:
39130000 - Office furniture.
79934000 - Furniture design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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 Items within the scope of the Lot title, including but not limited to the following
product groups:
•Sit/Stand Desks, Tables, Workstations
•Chairs – e.g. operator/task swivel chairs etc.
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 of sales/donations for items e.g. recipient’s name and location (with their
permission) or sector, social value benefits, carbon benefits achieved etc. and/or recycling / waste stream, quantities
for items or materials 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 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: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Framework will be for an initial two year period, with an option to extend for a final two year period.
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: No specific project identified, the notice is being published in case EU/research funding is used with requirements for use of OJEU advertised frameworks/contracts.
II.2.14) Additional information: A separate bid must be submitted for each Lot. To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/3C499X8X48


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 NEGOTIATED
IV.1.1) Type of procedure:

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: No.
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: 10/10/2025 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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): 5



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Not provided
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.

For more information about this opportunity, please visit the North Eastern Universities Purchasing Consortium 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
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=975477307 VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: admin@neupc.ac.uk
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:
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871754
VI.5) Date Of Dispatch Of This Notice: 26/08/2025

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
NEUPC Ltd
Leeds, LS1 5QX, United Kingdom
Email: admin@neupc.ac.uk
Main Address: https://www.neupc.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
APUC Limited
Stirling, FK8 2DZ, United Kingdom
Email: enquiries@apuc-scot.ac.uk
Main Address: https://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:
3: Contracting Authority
Higher Education Purchasing Consortium Wales
Cardiff, CF24 0DE, United Kingdom
Email: hepcw@wales.ac.uk
Main Address: https://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:
4: Contracting Authority
London Universities Purchasing Consortium Ltd
London, W1T 7NZ, United Kingdom
Email: enquiries@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:
5: Contracting Authority
NWUPC Ltd
Salford, M6 6FP, United Kingdom
Email: admin@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:
6: Contracting Authority
Southern Universities Purchasing Consortium
Reading, RG6 6BU, United Kingdom
Email: supc@sums.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:
7: Contracting Authority
The University Caterers Organisation Limited
Manchester, M2 5GP, United Kingdom
Email: info@tuco.ac.uk
Main Address: https://www.tuco.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:
8: Contracting Authority
Crescent Purchasing Limited
Salford, M6 6AJ, United Kingdom
Email: helpdesk@thecpc.ac.uk
Main Address: https://www.thecpc.ac.uk/
NUTS Code: UK