Northern Housing Consortium Ltd: Furniture Services Framework 23-27

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Furniture Services Framework 23-27
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: This Framework Agreement is for the provision of furniture services and supportive goods, works and services; to be carried out within home/living, employment or community environments. The Framework Agreement may cover, but is not limited to, the following: — manufacture and supply of products, — delivery of products, — installation, repair or replacement of products offered via the catalogues (purchase or lease), — product recycling, disposal and re-distribution (where appropriate). The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ Who can access our frameworks? All public sector organisations can access Consortium Procurement's frameworks. If interested, they need to become a member of the Consortium first. Find out more today.
Published: 25/05/2023 18:09
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sunderland: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
             Tel. +44 1917168763, Email: tracey.simms@consortiumprocurement.org.uk
             Contact: Tracey Simms
             Main Address: www.northern-consortium.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./SZN8BU8E93
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Not for profit central purchasing organisation
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Furniture Services Framework 23-27       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: This Framework Agreement is for the provision of furniture services and supportive goods, works and services; to be carried out within home/living, employment or community environments. The Framework Agreement may cover, but is not limited to, the following: — manufacture and supply of products, — delivery of products, — installation, repair or replacement of products offered via the catalogues (purchase or lease), — product recycling, disposal and re-distribution (where appropriate).
The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/




Who can access our frameworks?




All public sector organisations can access Consortium Procurement's frameworks. If interested, they need to become a member of the Consortium first. Find out more today.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Purchase and Installation of Office, Home and Specialist Furniture       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
      39100000 - Furniture.
      39130000 - Office furniture.
      39134000 - Computer furniture.
      39140000 - Domestic furniture.
      39141000 - Kitchen furniture and equipment.
      39142000 - Garden furniture.
      39143000 - Bedroom, dining room and living-room furniture.
      39143100 - Bedroom furniture.
      39143120 - Bedroom furniture, other than beds and bedding.
      39143200 - Dining-room furniture.
      39143300 - Living-room furniture.
      39144000 - Bathroom furniture.
      39150000 - Miscellaneous furniture and equipment.
      39151000 - Miscellaneous furniture.
      39156000 - Lounge and reception-area furniture.
      39515000 - Curtains, drapes, valances and textile blinds.
      39515100 - Curtains.
      39515400 - Blinds.
      39530000 - Carpets, mats and rugs.
      44112200 - Floor coverings.
      50800000 - Miscellaneous repair and maintenance services.
      50850000 - Repair and maintenance services of furniture.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The consortium seek tender responses from bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include: Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to: — desks e.g. with or without a swivel arm attachment, — chairs, — filing cabinets, — room/desk partitions, — cupboards. Home: these are products that are designed for use in residential properties. Likely to include, but are not limited to: — kitchen electrical appliances e.g. kettle, toaster, microwave, etc., — white goods e.g. washer, dryer, fridge/freezer, dishwasher, etc., — household electrical appliances e.g. irons, ironing boards, fans/heater, lamps, etc., — cookers/ovens, — bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes, etc. Specialist/communal areas: these are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to: — wipeable chairs — riser chairs — non-slip mats/rugs — wheeled trolleys/tables — medical cabinets, etc.
      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: 200,000,000       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lease and Installation of Office, Home and Specialist Furniture       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
      39100000 - Furniture.
      39130000 - Office furniture.
      39134000 - Computer furniture.
      39140000 - Domestic furniture.
      39141000 - Kitchen furniture and equipment.
      39142000 - Garden furniture.
      39143000 - Bedroom, dining room and living-room furniture.
      39143100 - Bedroom furniture.
      39143120 - Bedroom furniture, other than beds and bedding.
      39143200 - Dining-room furniture.
      39143300 - Living-room furniture.
      39144000 - Bathroom furniture.
      39150000 - Miscellaneous furniture and equipment.
      39151000 - Miscellaneous furniture.
      39156000 - Lounge and reception-area furniture.
      39515000 - Curtains, drapes, valances and textile blinds.
      39515100 - Curtains.
      39515400 - Blinds.
      39530000 - Carpets, mats and rugs.
      44112200 - Floor coverings.
      50800000 - Miscellaneous repair and maintenance services.
      50850000 - Repair and maintenance services of furniture.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The consortium seek tender responses from bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include: Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to: — desks e.g. with or without a swivel arm attachment, — chairs, — filing cabinets, — room/desk partitions, — cupboards. Home: these are products that are designed for use in residential properties. Likely to include, but are not limited to: — kitchen electrical appliances e.g. kettle, toaster, microwave, etc., — white goods e.g. washer, dryer, fridge/freezer, dishwasher, etc., — household electrical appliances e.g. irons, ironing boards, fans/heater, lamps, etc., — cookers/ovens, — bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes, etc. Specialist/communal areas: these are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to: — wipeable chairs — riser chairs — non-slip mats/rugs — wheeled trolleys/tables — medical cabinets, etc.
      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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Selection Criteria as stated in procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/06/2023 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Until: 30/09/2023
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/06/2023
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Furniture-%28incl.-office-furniture%29%2C-furnishings%2C-domestic-appliances-%28excl.-lighting%29-and-cleaning-products./SZN8BU8E93

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SZN8BU8E93
   VI.4) Procedures for review
   VI.4.1) Review body:
             Northern Housing Consortium Ltd
       Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
       Tel. +44 1917168763, Email: tracey.simms@consortiumprocurement.org.uk
   VI.4.2) Body responsible for mediation procedures:
             Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1917168763, Email: tracey.simms@consortiumprocurement.org.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who
have been harmed or are at risk of harm by a breach of the rules to take action in the High
Court (England, Wales and Northern Ireland). As stated within the regulations, any such
action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that
there is a good reason for doing so but not so as to permit proceedings to be started more
than 3 months after that date.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/05/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Sunderland: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
       Tel. +44 1917168763, Email: tracey.simms@consortiumprocurement.org.uk
       Contact: Tracey Simms
       Main Address: www.northern-consortium.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Other type:: Not for profit central purchasing organisation

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Furniture Services Framework 23-27            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: This Framework Agreement is for the provision of furniture services and supportive goods, works and services; to be carried out within home/living, employment or community environments. The Framework Agreement may cover, but is not limited to, the following: — manufacture and supply of products, — delivery of products, — installation, repair or replacement of products offered via the catalogues (purchase or lease), — product recycling, disposal and re-distribution (where appropriate). The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ Who can access our frameworks? All public sector organisations can access Consortium Procurement's frameworks. If interested, they need to become a member of the Consortium first. Find out more today.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 300,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Purchase and Installation of Office, Home and Specialist Furniture   
      Lot No:1

      II.2.2) Additional CPV code(s):
            39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
            39100000 - Furniture.
            39130000 - Office furniture.
            39134000 - Computer furniture.
            39140000 - Domestic furniture.
            39141000 - Kitchen furniture and equipment.
            39142000 - Garden furniture.
            39143000 - Bedroom, dining room and living-room furniture.
            39143100 - Bedroom furniture.
            39143120 - Bedroom furniture, other than beds and bedding.
            39143200 - Dining-room furniture.
            39143300 - Living-room furniture.
            39144000 - Bathroom furniture.
            39150000 - Miscellaneous furniture and equipment.
            39151000 - Miscellaneous furniture.
            39156000 - Lounge and reception-area furniture.
            39515000 - Curtains, drapes, valances and textile blinds.
            39515100 - Curtains.
            39515400 - Blinds.
            39530000 - Carpets, mats and rugs.
            44112200 - Floor coverings.
            50800000 - Miscellaneous repair and maintenance services.
            50850000 - Repair and maintenance services of furniture.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The consortium seek tender responses from bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include: Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to: — desks e.g. with or without a swivel arm attachment, — chairs, — filing cabinets, — room/desk partitions, — cupboards. Home: these are products that are designed for use in residential properties. Likely to include, but are not limited to: — kitchen electrical appliances e.g. kettle, toaster, microwave, etc., — white goods e.g. washer, dryer, fridge/freezer, dishwasher, etc., — household electrical appliances e.g. irons, ironing boards, fans/heater, lamps, etc., — cookers/ovens, — bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes, etc. Specialist/communal areas: these are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to: — wipeable chairs — riser chairs — non-slip mats/rugs — wheeled trolleys/tables — medical cabinets, etc.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lease and Installation of Office, Home and Specialist Furniture   
      Lot No:2

      II.2.2) Additional CPV code(s):
            39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
            39100000 - Furniture.
            39130000 - Office furniture.
            39134000 - Computer furniture.
            39140000 - Domestic furniture.
            39141000 - Kitchen furniture and equipment.
            39142000 - Garden furniture.
            39143000 - Bedroom, dining room and living-room furniture.
            39143100 - Bedroom furniture.
            39143120 - Bedroom furniture, other than beds and bedding.
            39143200 - Dining-room furniture.
            39143300 - Living-room furniture.
            39144000 - Bathroom furniture.
            39150000 - Miscellaneous furniture and equipment.
            39151000 - Miscellaneous furniture.
            39156000 - Lounge and reception-area furniture.
            39515000 - Curtains, drapes, valances and textile blinds.
            39515100 - Curtains.
            39515400 - Blinds.
            39530000 - Carpets, mats and rugs.
            44112200 - Floor coverings.
            50800000 - Miscellaneous repair and maintenance services.
            50850000 - Repair and maintenance services of furniture.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The consortium seek tender responses from bidders who are able to supply any product(s) that can achieve the core objective as described in the tender documents, this can include: Office: These are products that are designed for use in an office setting. Likely to include, but are not limited to: — desks e.g. with or without a swivel arm attachment, — chairs, — filing cabinets, — room/desk partitions, — cupboards. Home: these are products that are designed for use in residential properties. Likely to include, but are not limited to: — kitchen electrical appliances e.g. kettle, toaster, microwave, etc., — white goods e.g. washer, dryer, fridge/freezer, dishwasher, etc., — household electrical appliances e.g. irons, ironing boards, fans/heater, lamps, etc., — cookers/ovens, — bedroom furniture e.g. wardrobe, side tables, bookshelves, chest of draws, bedframes, etc. Specialist/communal areas: these are products that are designed for use in specialist residential/properties e.g. care homes or community-based support services. Likely to include, but are not limited to: — wipeable chairs — riser chairs — non-slip mats/rugs — wheeled trolleys/tables — medical cabinets, etc.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2023/S 000-015013
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Lot 1    
   Lot Number: 1    
   Title: Purchase of Furniture

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/09/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Furniture Resource Centre Ltd, 02296329
             12-14 Atlantic Way, Brunswick Business Park, LIVERPOOL, L3 4BE, United Kingdom
             Tel. +44 7714521063, Email: helen.white@frcgroup.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sankey Health Limited, 07475277
             Fortune House, F30 Deltic Way, Aintree, L30 1SL, United Kingdom
             Tel. +44 1925976103, Email: june.case@the66group.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Family Fund Trading, 06293129
             Unit 4 Alpha Court, Monks Cross Drive, Huntington, York, YO32 9WN, United Kingdom
             Tel. +44 7453554078, Email: ben.andrews@familyfundservices.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 300,000,000          
         Total value of the contract/lot: 300,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Lot 2    
   Lot Number: 2    
   Title: Lease

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/09/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Abri Trading Limited (T/A NFS), 09772167
             Your Homes Newcastle, YHN House, Benton Park Road, Newcastle upon Tyne, NE7 7LX, United Kingdom
             Tel. +44 7902120898, Email: angeline.rochford-briggs@yhn.org.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Furniture Resource Centre Ltd, 02296329
             12-14 Atlantic Way, Brunswick Business Park, Liverpool, L3 4BE, United Kingdom
             Tel. +44 7714521063, Email: helen.white@frcgroup.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 300,000,000          
         Total value of the contract/lot: 300,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=810362770

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1917168763, Email: tracey.simms@consortiumprocurement.org.uk

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1917168763, Email: tracey.simms@consortiumprocurement.org.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 21/09/2023