Framework for the provision of Furniture and Related Services

Complete

Value

£240,000,000

Classifications

  • Furniture
  • Chairs and chair wedges
  • Desks and tables
  • Chairs
  • Bookcases
  • Repair and maintenance services of furniture
  • Soft furnishings
  • Furnishing
  • Miscellaneous furniture
  • Tables, cupboards, desk and bookcases
  • Specialist soft furnishings
  • Miscellaneous seats and chairs
  • Seats, chairs and related products, and associated parts
  • Refuse recycling services
  • Refuse and waste related services
  • Miscellaneous furniture and equipment
  • Office furniture
  • Lounge and reception-area furniture
  • Miscellaneous furnishing
  • Parts of furniture
  • Desks
  • Tables
  • Installation of built-in furniture
  • Modular furniture
  • Cupboards and bookcases
  • Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • Conference-room furniture
  • Computer furniture
  • Screens
  • Storage units
  • Furniture design services
  • Kindergarten furniture
  • Desk equipment
  • Seats
  • School furniture
  • Bench seats
  • Laboratory furniture
  • Library furniture
  • Dining-room furniture
  • Electrical equipment and apparatus
  • Domestic furniture
  • Miscellaneous equipment
  • Living-room furniture
  • Design support services
  • Project-design services other than for construction work
  • Design consultancy services
  • Plumbing and sanitary works
  • Floor laying and covering work
  • Interior decorating services
  • Textile articles
  • Floor-laying and covering, wall-covering and wall-papering work
  • Lecture theatre construction work
  • Urban furniture
  • Garden furniture
  • Electrical wiring and fitting work
  • Playground equipment
  • Electrical installation work
  • Interior design services
  • Protective shelters
  • Kitchen furniture and equipment
  • Floor coverings
  • Shelters
  • Floor and wall covering work
  • Joinery and carpentry installation work
  • Floor-laying work
  • Decoration work
  • Bathrooms construction work
  • Bathroom furniture
  • Devices for the disabled
  • Bedroom furniture, other than beds and beddings
  • Carpets, mats and rugs
  • Bedroom, dining room and living-room furniture
  • Bedroom furniture
  • Beds and bedding and specialist soft furnishings
  • Office equipment except furniture

Tags

  • tender

Submission Deadline

7 months ago

Published

8 months ago

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.

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

Minor Works Framework 2026-2030

The Minor Works Framework (MWF) was first procured in 2017 as two separate frameworks, one for Building Fabric and the other for Mechanical and Electrical services, to provide compliant procurement routes for the Hampshire County Council's Property Services team for lower value or specialist, building fabric and mechanical & electrical works. The current framework, procured in 2021, combined the two frameworks into a single framework with seven lots, and introduced a process of direct award on rotation to create efficiencies in procuring low value works and has provided more distribution of works across our supply chain. As the Council has an ongoing requirement for Minor Works, the intention is to build on the success of the current framework and having taken into account any lessons learned from the current arrangement, to develop the replacement Minor Works Framework 2026-2030. The maximum number of Suppliers that will be included in each lot is listed above in paragraph 1.2 to 1.8 and below in 18.2. Where the authority is unable to achieve the specified number of Suppliers for a lot, either through lack of returns or returns failing to meet the Authorities minimum requirements, that lot will be established with fewer than the intended maximum number. Suppliers may apply for one lot or up to a maximum of two lots. However, Suppliers who wish to apply for two lots can only apply for any one of the lots from Lot 1 to Lot 5 plus either Lot 6 or Lot 7. Alternatively, Suppliers can apply for Lot 6 and Lot 7. The process for awarding works through this framework will vary depending on the Lot as well as the contracting authority’s internal governance process, however there are two main principles of appointing Suppliers through the framework: Mini Competition - For projects where the estimated value is between the lot values, all the Suppliers on a Lot will be invited to confirm, by way of an expression of interest (EOI) based on basic project information. The EOI will accept responses for 5 working days, after which the EOI period will close and the Mini-Competition will be issued to interested Suppliers. Failure to respond to an EOI issued in the timeframe, will be considered that a Supplier is un-interested and the mini competition will only be issued to those Suppliers who submitted an EOI. Award without further competition (Direct Award) – For projects where the estimated value is between the lot values, the works can be awarded without further competition on a rotational system. The rotational list is prepared based on ranking of bidders from the framework procurement, starting from highest to lowest ranked bids in each lot. The Framework Agreement is available to all Public Sector organisations and Registered Charities within Hampshire, Isle of Wight and the surrounding Counties. This includes but is not limited to: Unitary Authorities, District, Borough, Town and Parish Councils, Fire and Police Authorities and successor counties/authorities, Local Education Schools, National Park Authorities, the NHS, Faith establishments, Universities, Colleges, Academies, ‘Free’ and maintained schools. Contracting Authorities may enter into underlying Contracts with the contractor(s) during the term of the Framework Agreement by following the Call-off Procedure as detailed in the Framework Guidelines and Working Practices. The Contracting Authorities can call-off from multiple lots should they wish to once they have signed the access agreements with HCC.

Katy Reed

Published 7 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete