Supply and delivery of Older People Furniture and associated Services

Award

Value

£0

Classifications

  • Medical furniture
  • Kitchen furniture and equipment
  • Dining-room furniture
  • Living-room furniture
  • Library furniture
  • Lounge and reception-area furniture
  • Parts of furniture
  • Shop furniture
  • Bedroom furniture
  • Mattress supports
  • Mattresses
  • Pneumatic mattresses
  • Motor scooters and cycles with auxiliary motors
  • Garden furniture

Tags

  • award
  • contract

Published

4 years ago

Description

The supply, delivery and installation of domestic or residential furniture for use in Homes for older people, specialist care centres, specialist provision in extra care and other relevant locations across Sanctuary Group sites (“The Group”) for the following Lots ;
Lot 1 - Communal Furniture
Lot 2 - Bedroom Furniture
Lot 3 -Garden Furniture
Lot 4-Pressure Mattress
Lot 5- Profiling beds, clinical seating and associated services

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

London Construction Programme General Works Framework MW25-GW

The London Construction Programme (LCP) on behalf of Haringey Council is procuring a new general works framework. The scope of works will include a wide range of works across multiple types of buildings including individual, multiple occupancy, residential, commercial, heritage, community and those operated by the public sector on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.). The scope of the works will include (but not limited to), new buildings, MMC, planned and preventative maintenance, refurbishment, retrofit, fire safety works, heritage related works, remediations, mechanical and engineering services, renewable energy systems and adaptations. The Framework will be established for a period of 5 years and will be available to any public sector body in London and the Home Counties. It is anticipated the framework will commence in September 2025. The London Construction Programme was established in 2012 by Haringey Council was, encouraged and supported by other London Local Authorities through London Councils, to develop a pan-London strategy to improve construction related procurement and establish a suite of collaborative contractual vehicles which public sector organisations can utilise. The LCP currently has a total membership of over 60 Public Sector organisations in London and Home County. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council. The current LCP Framework (MW19) expired in October 2024. This new Framework is to provide General Works construction and General Works construction related activities for new build developments, building related planned component replacement, fire safety, remediations, retrofit and refurbishments according to the Lot Categories. The services will be procured in 16 lots: Lot GN1 New Build up to £7.5m contract value Lot GN2 New Build £6m - £15m contract value Lot GN3 New Build £14m+ contract value Lot GNPS New Build £1+ (i.e.no minimum contract value) Lot GF1 Fire Safety Works up to £7.5m contract value Lot GF2 Fire Safety Works £6m - £15m contract value Lot GF3 Fire Safety Works £14m+ contract value Lot GFPS Fire Safety Works £1+ (i.e.no minimum contract value) Lot GR1 Refurbishment and Retrofit up to £7.5m contract value Lot GR2 Refurbishment and Retrofit £6m - £15m contract value Lot GR3 Refurbishment and Retrofit £14m+ contract value Lot GRPS Refurbishment and Retrofit £1+ (i.e.no minimum contract value) Lot GP1 Planned Preventative Maintenance up to £7.5m contract value Lot GP2 Planned Preventative Maintenance £6m - £15m contract value Lot GP3 Planned Preventative Maintenance £14m+ contract value Lot GPPS Planned Preventative Maintenance £1+ (i.e.no minimum contract value) Tenderers are restricted to applying for a maximum of two sub lots, plus the PS sub lot in each of the primary Lots (i.e. New Build, Fire Safety Works, refurbishment and retrofit, Planned Preventative Maintenance). There are reserved places for micro and small enterprises on different Lots in order to encourage SMEs and provide choice for its Clients. A Reserve List will also be used for this framework for those Tenderers who are unsuccessful in being awarded a place on the primary Lots. The framework will be established with four main objectives in mind:- 1. To support its Clients to deliver on their net zero commitments in the following areas:- • Biodiversity assets • Climate Change adaptation • Zero Carbon Supply Chain • Low Carbon Transportation • Operational Low Carbon 2. To provide a fast and efficient route to market for education schemes across London and the Home Counties that offers value for money. 3. To drive positive changes in mental health and equality, diversity and inclusion in the construction sector. 4. To apply best practice, unlock innovation and work collaboratively with its Client and the Supply Chain.

Open

Supply of Mattresses for Border Force Cutters

Border Force (BF) is a Directorate of the Home Office. BF operate a fleet of five sea going patrol vessels, all cutters are equipped and certified to Maritime Coastguard Agency (MCA) MGN 280 Workboat Code of Practice, (HSVC) Category 2, for service in waters up to 60 nautical miles from a safe haven. The full package of works required is detailed in the attached Statement of Requirements (SoR) SUPPLY OF MATTRESSES FOR BORDER FORCE CUTTERS This opportunity will be let using the UK Government Short Form Terms and Conditions for Goods and Services (https://www.gov.uk/government/publications/the-short-form-contract). The purpose of this notice is to make the SoR available to, and invite, potential suppliers to confirm they can fully meet the requirements. This contract will be awarded following evaluation of bids for the provision and maintenance of mattresses which meet the specification stated within the SOR. The contract is expected to run for 1 year. Interested parties must meet eligibility criteria and submit bids in accordance with the tender documents. Therefore, the following timeline for this contract only is as follows; 1. 1700hrs, 06 March 2025 - deadline for clarification submission to the Buyer. 2. 1700hrs, 14 March 2025 - deadline for submission of bidding tool and specified documents and acceptances. 3. From 17 March 2025 - evaluation/moderation. 4. (On or around) 20 March 2025 - contract award. 5. 23 May 2025 - Contract Start; and 6. 25 May 2026 - Contract End. The Buyer reserves the right to change or withdraw this opportunity, for any reason, at any point, prior to contract award. Bidders are invited to submit compliant bids by email to; [email protected] no later than 1700hrs, 14 March 2025 quoting the procurement reference in the email subject line.

Home Office

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete