CA15272 - Furniture and Associated Services Framework Agreement

Open

Value

£40,000,000

Classifications

  • Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

Tags

  • tender

Submission Deadline

2 weeks from now

Published

2 weeks ago

Description

CPC intends to put a Framework agreement in place with multiple suppliers for the supply of Furniture and Associated Services.
Any resulting framework from this exercise will be available to all further education institutions, universities, sixth forms, academies, schools, museums and other similar organisations who are current and future CPC members https://www.thecpc.ac.uk/members/regions.php https://www.gov.uk/guidance/get-information-about-schools. Local Authorities may wish to use the resulting framework when procuring on behalf of Educational Establishments. The tender is also available to the wider public sector https://www.thecpc.ac.uk/suppliers/eligible-public-sector-bodies.php

Includes Lots: 
Lot 1: Classroom and Educational Furniture 
Lot 2: General Administrative, Storage and Conference Furniture 
Lot 3: Dining Room Furniture
Lot 4: Library Furniture 
Lot 5: SEN and Early Year Furniture and Accessories
Lot 6: Specialist Rooms including Laboratory Furniture

To access this competition: 

Registered:
Login to https://suppliers.multiquote.com and view the opportunity CA15272.

Not registered:
Visit https://suppliers.multiquote.com then register and quote CA15272 as the reason for registration. 

 Any queries please contact MultiQuote on 0151 482 9230.

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Bypass the hassle of outdated portals.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

Framework for Repairs and Maintenance to Domestic Vacant Properties

The domestic property portfolio of the Council comprises a mixture of social housing approximately 14318 properties in number and other properties. The domestic property portfolio consists of Houses Bungalows Low Rise Blocks of Flats High Rise Blocks of Flats Sheltered Accommodation Supported Accommodation Hostels Traveller Sites Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to repairs and maintenance to domestic vacant properties. The Council has a small in house workforce delivering repairs and maintenance to domestic vacant properties which is supported by a pool of small external contractors. This framework would be in addition to the above. The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Contract period will be 2 years from 1st January 2026, with the option to extend for up to a further 2 years. In the event that the Council decides to source works through the Framework Agreement, then it will do so in accordance with the contract terms and conditions, i.e. the Framework Agreement and relevant schedules and appendices to the same that will form part of the ITT. These contract terms and conditions will provide that the Council will source its requirements in accordance with the following approach: The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation. The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework. Description of Works and Priority Categories This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels. Work is generally instigated at the request of the Employer Void Management Unit. Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc. There are six main categories priorities of work Urgent Quick Turnaround Urgent QT Completion within 5 working days Minor Works Quick Turnaround QT Minor Works Completion within 7 working days. Pre works Completion within 5 working days Minor Works Completion within 13 working days Major Works Completion within 30 working days Extensive Major Works Completion within 50 working days Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.

Cardiff Council

Published 3 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete