Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework for the provision of Furniture and Related Services

  • First published: 13 October 2024
  • Last modified: 13 October 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
University of Essex
Authority ID:
AA20012
Publication date:
13 October 2024
Deadline date:
12 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework will provide access to a comprehensive range of Furniture and Related Supplies and Services.

It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/fts-eligible-users .

The Framework will be let across five Lots. There will be a maximum of 8 suppliers awarded a place on Lots 1, 2, 4 and 5, and a maximum of 20 suppliers on Lot 3.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.essex.ac.uk/

Address of the buyer profile: https://www.essex.ac.uk/

I.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley New Road

Bolton

BL1 4RA

UK

Telephone: +44 7935355773

E-mail: nichola.gill@dukefieldprocurement.co.uk

NUTS: UKD3

Internet address(es)

Main address: http://www.dukefield.co.uk/about-us/

Address of the buyer profile: http://www.dukefield.co.uk/about-us/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://suppliers.multiquote.com


Additional information can be obtained from another address:

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.essex.ac.uk/

Address of the buyer profile: https://www.essex.ac.uk/

Tenders or requests to participate must be sent electronically to:

https://suppliers.multiquote.com


Tenders or requests to participate must be sent to the abovementioned address


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

Framework for the provision of Furniture and Related Services

Reference number: CA14732 - UOE/DU/FURN/01

II.1.2) Main CPV code

39100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Framework will provide access to a comprehensive range of Furniture and Related Supplies and Services.

It is let by the University of Essex and is open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/fts-eligible-users .

The Framework will be let across five Lots. There will be a maximum of 8 suppliers awarded a place on Lots 1, 2, 4 and 5, and a maximum of 20 suppliers on Lot 3.

II.1.5) Estimated total value

Value excluding VAT: 240 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 5 lots

Maximum number of lots that may be awarded to one tenderer: 5

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Office Furniture

II.2.2) Additional CPV code(s)

34946240

39121000

39112000

39122200

50850000

39516100

39200000

39151000

39120000

39143113

39113000

39110000

90514000

90500000

39150000

39130000

39156000

39290000

39157000

39100000

39121100

39121200

45421153

39151300

39122000

39000000

39153000

39134000

32351200

39173000

79934000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Office Furniture through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot . The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.

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: 50 000 000.00  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

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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 - Education and Classroom Furniture

II.2.2) Additional CPV code(s)

39156000

39151000

39121100

39161000

39113000

34946240

39157000

90514000

39263000

39134000

39130000

39143113

39111000

39120000

90500000

39151300

39150000

39160000

39121000

39113300

79934000

39180000

39516100

39121200

45421153

39112000

39110000

39155000

50850000

39143200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Education and Classroom Furniture through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot . The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.

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: 50 000 000.00  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

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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3 - Design led projects and other furniture

II.2.2) Additional CPV code(s)

31600000

39140000

39130000

39151000

39151300

39161000

39300000

39143300

39290000

39000000

79933000

39155000

79421200

79415200

39153000

39200000

39100000

45330000

45432100

79931000

39500000

45432000

39157000

45214420

39160000

79934000

39143200

34928400

39142000

45311000

37535200

45310000

90514000

79932000

45216129

39150000

39180000

39141000

39516100

44112200

50850000

44112100

39143113

45430000

45420000

45432110

45451000

45211310

90500000

39156000

39134000

45421153

39144000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies suppliers able to provide services for any furniture related project . This would include both supplies of a wide category of furniture, including but not limited to office, classroom, laboratory, library, lecture and seminar room, outdoor, catering, reception and breakout furniture, and also services such as planning and design, installation, removals and any after sales support required to deliver a full-service solution. There is also the opportunity for tenderers to offer a one-stop-shop solution.

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: 100 000 000.00  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

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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4 - Special Needs Furniture

II.2.2) Additional CPV code(s)

39200000

90500000

33196200

39153000

39130000

45421153

39151000

79934000

39155000

39143120

39530000

39156000

39143200

39134000

39143113

39150000

39143000

39100000

39142000

39144000

39143100

39157000

39143110

50850000

39161000

39000000

39516100

39160000

39140000

90514000

39151300

39180000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Special Educational Needs Furniture and Accessories through through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot . The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.

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: 20 000 000.00  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

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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Lot 5 - Specialist Ergonomic Furniture & Accessories

II.2.2) Additional CPV code(s)

39150000

79934000

33196200

39110000

45421153

39100000

39120000

39134000

90500000

39263000

90514000

30191000

39157000

39130000

39143113

39516100

39530000

39151000

39140000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Specialist Ergonomic Furniture and accessories through through both a core list and access to the supplier’s wider portfolio of products and services within the broad definition of the Lot. The products should be accessible via an online portal along with full installation services . They would also like to offer Participating Public Sector Bodies additional services such as planning and design, removals and any after sales support required to deliver a full-service solution.

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: 20 000 000.00  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

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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 52

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: 12/11/2024

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: 12/11/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The University of Essex's Internal Reference Number is UOE/DU/FURN/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at: https://suppliers.multiquote.com

The tender is available from the opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being

sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).

Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework.

The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score(s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the last placed position in respect of this framework is 8th for Lots 1,2,4 and 5, and 20th for Lot 3. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

E-mail: rcj.dco@justice.gov.uk

Internet address(es)

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Internet address(es)

URL: https://www.essex.ac.uk/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the

decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of

ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.

Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.4) Service from which information about the review procedure may be obtained

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Internet address(es)

URL: https://www.essex.ac.uk/

VI.5) Date of dispatch of this notice

11/10/2024

Coding

Commodity categories

ID Title Parent category
39144000 Bathroom furniture Domestic furniture
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
39143100 Bedroom furniture Bedroom, dining room and living-room furniture
39143120 Bedroom furniture, other than beds and beddings Bedroom, dining room and living-room furniture
39143000 Bedroom, dining room and living-room furniture Domestic furniture
39143110 Beds and bedding and specialist soft furnishings Bedroom, dining room and living-room furniture
39113300 Bench seats Miscellaneous seats and chairs
39122200 Bookcases Cupboards and bookcases
39530000 Carpets, mats and rugs Textile articles
39112000 Chairs Seats, chairs and related products, and associated parts
34946240 Chairs and chair wedges Railway-track construction materials and supplies
39134000 Computer furniture Office furniture
39153000 Conference-room furniture Miscellaneous furniture and equipment
39122000 Cupboards and bookcases Tables, cupboards, desk and bookcases
45451000 Decoration work Other building completion work
79415200 Design consultancy services Production management consultancy services
79933000 Design support services Specialty design services
39263000 Desk equipment Delivery trays and desk equipment
39121100 Desks Desks and tables
39121000 Desks and tables Tables, cupboards, desk and bookcases
33196200 Devices for the disabled Medical aids
39143200 Dining-room furniture Bedroom, dining room and living-room furniture
39140000 Domestic furniture Furniture
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45430000 Floor and wall covering work Building completion work
44112200 Floor coverings Miscellaneous building structures
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
45432000 Floor-laying and covering, wall-covering and wall-papering work Floor and wall covering work
45432110 Floor-laying work Floor-laying and covering, wall-covering and wall-papering work
39200000 Furnishing Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000 Furniture Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
79934000 Furniture design services Specialty design services
39142000 Garden furniture Domestic furniture
45421153 Installation of built-in furniture Joinery work
79931000 Interior decorating services Specialty design services
79932000 Interior design services Specialty design services
45420000 Joinery and carpentry installation work Building completion work
39161000 Kindergarten furniture School furniture
39141000 Kitchen furniture and equipment Domestic furniture
39180000 Laboratory furniture Furniture
45214420 Lecture theatre construction work Construction work for buildings relating to education and research
39155000 Library furniture Miscellaneous furniture and equipment
39143300 Living-room furniture Bedroom, dining room and living-room furniture
39156000 Lounge and reception-area furniture Miscellaneous furniture and equipment
39300000 Miscellaneous equipment Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39290000 Miscellaneous furnishing Furnishing
39151000 Miscellaneous furniture Miscellaneous furniture and equipment
39150000 Miscellaneous furniture and equipment Furniture
39113000 Miscellaneous seats and chairs Seats, chairs and related products, and associated parts
39151300 Modular furniture Miscellaneous furniture
30191000 Office equipment except furniture Various office equipment and supplies
39130000 Office furniture Furniture
39157000 Parts of furniture Miscellaneous furniture and equipment
37535200 Playground equipment Roundabouts, swings, shooting galleries and other fairground amusements
45330000 Plumbing and sanitary works Building installation work
79421200 Project-design services other than for construction work Project-management services other than for construction work
45216129 Protective shelters Construction work for buildings relating to law and order or emergency services and for military buildings
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90514000 Refuse recycling services Refuse disposal and treatment
50850000 Repair and maintenance services of furniture Miscellaneous repair and maintenance services
39160000 School furniture Furniture
32351200 Screens Accessories for sound and video equipment
39111000 Seats Seats, chairs and related products, and associated parts
39110000 Seats, chairs and related products, and associated parts Furniture
44112100 Shelters Miscellaneous building structures
39516100 Soft furnishings Furnishing articles
39143113 Specialist soft furnishings Bedroom, dining room and living-room furniture
39173000 Storage units Shop furniture
39121200 Tables Desks and tables
39120000 Tables, cupboards, desk and bookcases Furniture
39500000 Textile articles Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
34928400 Urban furniture Road furniture

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
philip.sweeting@essex.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.