Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wigan Council
Central Procurement Team, Customer Directorate, Wigan, Wigan Town Hall
Wigan
WN1 1YN
UK
Contact person: Mr. Anthony Baker
Telephone: +44 7740040805
E-mail: Anthony.Baker@wigan.gov.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.wigan.gov.uk/
Address of the buyer profile: http://www.wigan.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=84f09fbd-4ccf-ef11-8133-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=84f09fbd-4ccf-ef11-8133-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
520 - Local Welfare Provision: Furniture Packages
Reference number: DN758498
II.1.2) Main CPV code
98000000
II.1.3) Type of contract
Services
II.1.4) Short description
Our residents continue to be affected by the Welfare Reform agenda and the rising cost of living, so co-ordination of information and advice is key to responding to the challenging range of issues facing our residents.
The Domestic Relief Furniture Packages provision forms part of Wigan’s wider Welfare Offer and along with the Welfare Benefits, Information and Debt Advice Service will support our codesigned Financial Wellbeing Plan as such they are intrinsically linked.
We would like to identify one or multiple organisations to deliver and sustain a furniture service for crisis furniture referrals without the reliance of future funding. Delivering a service through this contract which seeks to be not reliant on Council funding in the future will form part of the evaluation and scoring criteria of submissions.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD3
II.2.4) Description of the procurement
This tender will follow and 'open' procurement procedure.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2030
This contract is subject to renewal: Yes
Description of renewals:
The initial contract period is 3 years with the option to extend annually for a further 2 years, giving a potential overall contract period of 5 years (1st April 2025 – 31st March 2030).
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
07/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
10/01/2025