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 |
View Full Notice
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
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