NEUPC Ltd has published this notice through Delta eSourcing
| Notice Summary |
|---|
| Title: | Sustainable Furniture Solutions (PA23) |
| Notice type: | UK3: Planned procurement notice |
| Authority: | NEUPC Ltd |
| Nature of contract: | Supplies |
| Procedure: | Above threshold - Competitive flexible procedure |
| Short Description: | NEUPC is intending to launch a competitive tendering exercise for a framework for Sustainable Furniture Solutions. The main scope of the framework will cover supply and installation of furniture. Also incorporated into the scope will be additional specialisms such as design, space planning, project management etc. Circular economy considerations, repair, re-use and recycling will be incorporated into the Lots and specifications. The framework will be available to NEUPC, APUC, CPC, HEPCW, LUPC, NWUPC, SUPC and TUCO members NEUPC has duly considered the use of Lots in this framework and has provided the details of proposed Lots below. These Lots, and the procurement process, may be suitable for Small to Medium Enterprises (SMEs) and Voluntary, community and social enterprises (VCSEs) to bid for. Supplier Feedback: Suppliers are invited to provide voluntary feedback on the Lots (eg names, number of places, and descriptions), proposed Framework type (eg closed/open) and term, for NEUPCs consideration. If a Supplier is interested in providing feedback, they must do so by the 24th July 2025 17:00. Feedback must be submitted via email to s.hogg@neupc.ac.uk. Please note that NEUPC reserves the right to consider feedback and to alter, amend, or remove Lots and Framework type/term entirely on that basis. The final Lots and Framework type/term will be made clear in the Tender Notice and associated tender documents. The coverage for each Lot will be broken down into the following regions: North East Yorkshire and Humberside Midlands East Anglia London South East South West Wales North West Cumbria Northern Ireland Scotland Suppliers are to confirm the regions they can cover. The intention is to appoint a maximum of 4 Suppliers per region for Lots: 1.Furniture Refurbishment and Repair 2.Furniture Redistribution / Re-Use (including provision/use of e-marketplace) 5.Beds and Mattresses 6.AV/IT Integrated/Secure Furniture 7.Lockers/Secure Storage 8.Lecture Theatre, Auditoria and Arena Seating 9.‘Front of House’ Catering/Café Furniture 10.Indoor Social Space Furniture 11.Outdoor Social Space Furniture And a maximum of 12 Suppliers per region for Lots: 3.Offices and Office Style Spaces Furniture 4.Residential Furniture (Bedroom, Kitchen, Bathroom) The opportunity will be published on the NEUPC Procurement Portal (Portal) . To ensure you can easily access the tender documents, we recommend creating an account on the Portal beforehand. You can create an account at: https://neupc.delta-esourcing.com/. Tender documentation is estimated to be published on 21st August 2025 and no documentation will be available before the publication date. Suppliers are advised to register and complete the relevant stages on the Central Digital Platform (CDP) if they wish to participate in and bid for this framework. How to register on the CDP can be found at: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html Suppliers should be aware that registration(s) could be a prolonged process. Tender submission deadlines cannot be extended to allow for late supplier registrations to the Portal or CDP. IMPORTANT - Every effort has been made to ensure the accuracy of the information in this notice and is based on the latest information available at this time. However, all information provided in this notice may be subject to change prior to publishing the Tender Notice. Any change(s) will be clearly identified in the Tender Notice. |
| Published: | 11/07/2025 13:57 |
View Full Notice
Contracting authority
- Contracting authority:
- NEUPC Ltd
- Public Procurement Organisation Number:
- PVTM-8818-LTHQ
- Address:
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
UK- Contact name:
- Steven Hogg
- Email:
- s.hogg@neupc.ac.uk
- Telephone:
- +44 1134871754
- Website:
- https://www.neupc.ac.uk/
- Organisation type:
- REGIONAL_AUTHORITY
- Devolved regulations that apply:
- None
Procedure
- Procedure type:
Competitive flexible procedure- Dynamic market OCID:
- Not provided
- Competitive flexible procedure description:
- This will be a multi-supplier framework agreement that falls under the scope of the Procurement Act 2023 (PA23). NEUPC intends to run a multi-stage competitive tendering procedure before awarding a maximum number of Suppliers against each Lot on the framework.
The Invitation to Participate (ITP) procedure will have the following components:
• Stage 1 - Procurement Specific Questionnaire (PSQ):
Suppliers wishing to participate in the opportunity must submit a complete and compliant PSQ in response to the Tender Notice before the deadline (this deadline will be clearly stated in the Tender Notice and tender documentation once it is available). The PSQ stage will be focused on determining which Suppliers are best capable of delivering the required goods and/or services
To ensure transparency, NEUPC will be using Stage 1 to down-select Suppliers, and as such will only take a fixed number of Suppliers to the next stage (the number of Suppliers being taken through will be clearly stated in the Tender Notice and tender documentation when published). All unsuccessful bidders from Stage 1 will receive an assessment notification that explains their rejection based on their response to the ITP.
• Stage 2 - Invitation To Tender (ITT):
Suppliers who are successful at Stage 1 will be invited to the next stage in the ITP process. Stage 2 will be a more detailed, focussed, assessment of Suppliers' capabilities in response to a list of questions set by NEUPC. Stage 2 will include:
- Quality/Technical Questions (Scored)
- Responsible Procurement and Social Value (Scored)
- Presentation/Design Exercise (Scored)
- Price Assessment (Scored)
Please note at Stage 2 the questions will be Lot-specific and may require different responses from Suppliers. Suppliers should be aware that no extra time is provided for Suppliers who are wishing to bid against multiple Lots.
• Stage 3 - Further Negotiation and Submission of Revised Tenders:
• Stage 4 - Appointment to the Framework:
Following conclusion of a Standstill Period, Suppliers with the Most Advantageous Tenders (MAT) at Stage 3 will be invited to sign the Framework Agreement, Sustain Supply Chain of Conduct, and create/update a Sustainability Action Plan on the Subsequently they will be appointed a place on the framework. Parties are required to complete all these before being awarded a place onto the Framework. All Suppliers from Stage 3 will receive an assessment summary letter that explains their award or rejection based on their response to the ITP. - Preliminary market engagement conducted:
- Not provided
- Dynamic market:
- No
- Tenders received:
- 0
- Tenders assessed:
- 0
- Tenders from SMEs:
- 0
- Tenders from VCSEs:
- 0
- Special regime:
None
Scope
- Title:
- Sustainable Furniture Solutions (PA23)
- Reference number:
- FFE2010NE
- Main procurement category:
- SUPPLIES
- Description:
- NEUPC is intending to launch a competitive tendering exercise for a framework for Sustainable Furniture Solutions. The main scope of the framework will cover supply and installation of furniture. Also incorporated into the scope will be additional specialisms such as design, space planning, project management etc. Circular economy considerations, repair, re-use and recycling will be incorporated into the Lots and specifications.
The framework will be available to NEUPC, APUC, CPC, HEPCW, LUPC, NWUPC, SUPC and TUCO members
NEUPC has duly considered the use of Lots in this framework and has provided the details of proposed Lots below. These Lots, and the procurement process, may be suitable for Small to Medium Enterprises (SMEs) and Voluntary, community and social enterprises (VCSEs) to bid for.
Supplier Feedback:
Suppliers are invited to provide voluntary feedback on the Lots (eg names, number of places, and descriptions), proposed Framework type (eg closed/open) and term, for NEUPCs consideration. If a Supplier is interested in providing feedback, they must do so by the 24th July 2025 17:00. Feedback must be submitted via email to s.hogg@neupc.ac.uk.
Please note that NEUPC reserves the right to consider feedback and to alter, amend, or remove Lots and Framework type/term entirely on that basis. The final Lots and Framework type/term will be made clear in the Tender Notice and associated tender documents.
The coverage for each Lot will be broken down into the following regions:
North East
Yorkshire and Humberside
Midlands
East Anglia
London
South East
South West
Wales
North West
Cumbria
Northern Ireland
Scotland
Suppliers are to confirm the regions they can cover.
The intention is to appoint a maximum of 4 Suppliers per region for Lots:
1.Furniture Refurbishment and Repair
2.Furniture Redistribution / Re-Use (including provision/use of e-marketplace)
5.Beds and Mattresses
6.AV/IT Integrated/Secure Furniture
7.Lockers/Secure Storage
8.Lecture Theatre, Auditoria and Arena Seating
9.‘Front of House’ Catering/Café Furniture
10.Indoor Social Space Furniture
11.Outdoor Social Space Furniture
And a maximum of 12 Suppliers per region for Lots:
3.Offices and Office Style Spaces Furniture
4.Residential Furniture (Bedroom, Kitchen, Bathroom)
The opportunity will be published on the NEUPC Procurement Portal (Portal) . To ensure you can easily access the tender documents, we recommend creating an account on the Portal beforehand. You can create an account at: https://neupc.delta-esourcing.com/.
Tender documentation is estimated to be published on 21st August 2025 and no documentation will be available before the publication date.
Suppliers are advised to register and complete the relevant stages on the Central Digital Platform (CDP) if they wish to participate in and bid for this framework.
How to register on the CDP can be found at: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html
Suppliers should be aware that registration(s) could be a prolonged process. Tender submission deadlines cannot be extended to allow for late supplier registrations to the Portal or CDP.
IMPORTANT - Every effort has been made to ensure the accuracy of the information in this notice and is based on the latest information available at this time. However, all information provided in this notice may be subject to change prior to publishing the Tender Notice. Any change(s) will be clearly identified in the Tender Notice.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=962417941 - Total value (estimated):
GBP 180,000,000 excluding VAT
GBP 216,000,000 including VAT- Maximum number of lots a supplier can bid for:
- Not provided
- Maximum number of lots a supplier can be awarded:
- Not provided
- Description of how multiple lots may be awarded:
- Not provided
Lots
Lot 1: Furniture Refurbishment and Repair
- Description:
- This Lot is intended to incorporate as wide as possible secondary service elements in the furniture market i.e. refurbish, refinish, reupholster, repair, reuse, repurpose.
The purpose is to extend the lifespan with proper care and maintenance, and reduce the need / extend the timescale for replacement of furniture.
Suppliers should have a strong base in the region(s) that they are bidding for to be able to respond to opportunities / call-off contracts, offer an economically viable and sustainable service, that demonstrates / maximises circular economy benefits - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 3,500,000 excluding VAT
GBP 4,200,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39157000 - Parts of furniture.
50850000 - Repair and maintenance services of furniture.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 2: Furniture Redistribution / Re-Use (including provision/use of e-marketplace)
- Description:
- This Lot is intended to incorporate as wide as possible service elements in the secondary furniture market i.e. offer ‘take-back’ of surplus product from Members and release the furniture to be available, potentially, but not limited to, the following methods:
a.Offered to charities within the UK
b.Offered to other public bodies within the UK
c.Offered to organisations in less-developed nations through a ‘repatriation scheme’
d.Broken down and recycled as a last resort
The purpose is to avoid landfill at disposal, and maximise re-use or recycling. . It is expected that the service will be self-funding through the buying and selling of goods.
Suppliers should have a strong base in the region(s) that they are bidding for to be able to respond to opportunities / call-off contracts, offer an economically viable and sustainable service, that demonstrates / maximises circular economy benefits - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 500,000 excluding VAT
GBP 600,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39100000 - Furniture.
45453100 - Refurbishment work.
50850000 - Repair and maintenance services of furniture.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 3: Offices and Office Style Spaces Furniture and Associated Services
- Description:
- Supply and installation of furniture suitable for offices and office style spaces, including but not limited to desks, chairs, pedestal storage, reception sofas etc
Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 150,000,000 excluding VAT
GBP 180,000,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39130000 - Office furniture.
39151300 - Modular furniture.
39153000 - Conference-room furniture.
39155000 - Library furniture.
39156000 - Lounge and reception-area furniture.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 4: Student Accommodation / Residential Furniture (Bedroom, Kitchen, Bathroom)
- Description:
- Supply and installation of furniture suitable for student accommodation, including but not limited to beds, wardrobes, drawers, kitchen units, vanity units etc
Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 9,000,000 excluding VAT
GBP 10,800,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39141000 - Kitchen furniture and equipment.
39143100 - Bedroom furniture.
39143120 - Bedroom furniture, other than beds and bedding.
39144000 - Bathroom furniture.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 5: Beds and Mattresses
- Description:
- Supply and installation of beds and/or mattresses
Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, after-sales support, and circular economy considerations e.g. recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 5,000,000 excluding VAT
GBP 6,000,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39143110 - Beds and bedding and specialist soft furnishings.
39143112 - Mattresses.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 6: AV/IT Integrated/Secure Furniture
- Description:
- Supply and installation of furniture suitable for IT and/or AV equipment, with secure housings/fixings where required, including but not limited to desks, pedestal storage, lecturn etc
Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 4,000,000 excluding VAT
GBP 4,800,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39134000 - Computer furniture.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 7: Lockers/Secure Storage
- Description:
- Supply, installation and maintenance of lockers/secure storage suitable for a variety of environments and uses, including but not limited to personal storage for hot-desking offices, mailboxes in student accommodation, clothes lockers in gyms/sports centres etc
Associated services include but are not limited to product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 500,000 excluding VAT
GBP 600,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
44421720 - Lockers.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 8: Lecture Theatre, Auditoria and Arena Seating
- Description:
- Supply, installation and maintenance of seating for a variety of spaces, including but not limited to lecture theatres, auditoria, arenas etc
Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 5,000,000 excluding VAT
GBP 6,000,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39111200 - Theatre seats.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 9: ‘Front of House’ Catering/Café Furniture
- Description:
- Supply and installation of furniture suitable for cafe/restaurant style spaces, including but not limited to tables, chairs, sofas etc
The supplier would be expected to be able to offer a range of furniture styles/themes to complement the cafe/restaurant design, and the furniture would be expected to differ from the office Lot, being more similar to domestic style furniture to encourage the customer to linger, but still suitable for a commercial/high-throughflow environment.
Associated services include but are not limited to product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 1,000,000 excluding VAT
GBP 1,200,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39143200 - Dining-room furniture.
39315000 - Restaurant equipment.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 10: Indoor Social Space Furniture
- Description:
- Supply and installation of furniture suitable for student accommodation, hybrid use, break-out spaces etc, including but not limited to tables, chairs, sofas etc
The supplier would be expected to be able to offer a range of furniture styles/themes to complement the interior design, and the furniture would be expected to differ from the office Lot, being more similar to domestic style furniture to be more comfortable as likely to be seated for a longer time, but still suitable for a commercial/high-throughflow environment.
Associated services include but are not limited to Equality Act / ergonomic product and workplace assessments, product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 1,000,000 excluding VAT
GBP 1,200,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
39140000 - Domestic furniture.
39143200 - Dining-room furniture.
39143300 - Living-room furniture.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Lot 11: Outdoor Social Space Furniture
- Description:
- Supply and installation of 'social' furniture suitable for outdoor spaces on campus, including but not limited to weather resistant fixed and/or moveable tables, chairs, canopies/umbrellas etc
Associated services include but are not limited to product design, space planning, drawings, project management, and after-sales support circular economy considerations e.g. re-use and recycling etc - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- Yes
- Value (estimated):
GBP 500,000 excluding VAT
GBP 600,000 including VAT- Contract dates (estimated):
- 14/02/2026 to 28/02/2030
- CPV classifications:
34928400 - Urban furniture.
39142000 - Garden furniture.
45233293 - Installation of street furniture.
50850000 - Repair and maintenance services of furniture.
79934000 - Furniture design services.- Contract can be extended:
- No
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Price / Weighting:
Name: Quality/Technical / Weighting:
Name: Responsible Procurement and Social Value / Weighting:
Documents
- Associated tender documents:
Not provided- Technical specifications:
Not provided
Submission
- Publication date of tender notice (estimated):
- 21/08/2025
- Enquiry deadline:
- 26/08/2025 Time: 23:59
- Deadline for requests to participate:
- 01/09/2025 Time: 23:59
- Submission address and any special instructions:
- https://neupc.delta-esourcing.com/
- An electronic auction will be used:
No- Languages that may be used for submission:
English- Award decision date (estimated):
- 11/02/2026
Other information
- Legal and financial capacity conditions of participation:
- Not provided
- Technical ability conditions of participation:
- Not provided
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP):
- No
- Government Procurement Agreement (GPA):
- Yes
- A conflicts assessment has been prepared and revised:
- Yes
Other organisations
Not provided