Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government - Commercial Delivery
Cathays Park 2, Cathays Park
Cardiff
CF10 3NQ
UK
Contact person: Faye Moore
E-mail: commercialprocurement.buildings@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://gov.wales/public-sector-procurement
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Furniture Solutions (III)
Reference number: WGCD-BU-129-24
II.1.2) Main CPV code
39130000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Welsh Government Commercial Delivery (WGCD) Team wishes to establish a Framework Agreement for the provision of Furniture Solutions. This will be the third iteration of this All Wales Framework Agreement for use by the Welsh Public Sector.
The Framework will be split into 3 Lots for Office Furniture, Education Furniture and a Reserved Lot for Sheltered Workshop organisations as defined under Regulation 20 of The Public Contracts Regulations 2015.
II.1.5) Estimated total value
Value excluding VAT:
40 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 and 3
Lots 2 and 3
II.2) Description
Lot No: 1
II.2.1) Title
Office Furniture
II.2.2) Additional CPV code(s)
39130000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
II.2.4) Description of the procurement
This Lot will include, but not be limited to, the purchase of office chairs, desks, office storage, meeting and conference room furniture, home working furniture.
This Lot will also include service elements such as site surveys, planning, installation, delivery, repair, and maintenance.
Suppliers will also require the ability within their supply chain to collect, refurbish, repurpose and recycle existing furniture as required.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework is likely to renewed every four years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 2
II.2.1) Title
Education Furniture
II.2.2) Additional CPV code(s)
39160000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
II.2.4) Description of the procurement
This Lot will include, but is not limited to, the purchase of the following school furniture: classroom chairs, desks, tables, educational storage and staff room furniture.
This Lot will also include service elements such as site surveys, design and planning, installation, delivery, repair, and maintenance.
Suppliers will also require the ability within their supply chain to collect, refurbish, repurpose and recycle existing furniture as required.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement is likely to be renewed every 4 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 3
II.2.1) Title
Reserved Lot - Furniture
II.2.2) Additional CPV code(s)
39130000
39160000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
II.2.4) Description of the procurement
This Lot is reserved for Sheltered Workshop organisations as defined under Regulation 20 of The Public Contracts Regulations 2015.
This Lot will include the requirement for product and service elements as described in Lots 1 and 2 for Office and Education Furniture.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement is likely to be renewed every 4 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 21
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-036356
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/03/2025
Local time: 14:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The Framework Agreement is likely to be retendered in 2029.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please note that for the purposes of this tender exercise, we will be using the etenderwales tendering portal system. If you are not already signed up to etenderwales, please register for free using the following link: https://etenderwales.bravosolution.co.uk/web/login.shtml
The project and itt numbers in etenderwales are as follows:
project_58527 WGCD Furniture Solutions (III) Framework Agreement
itt_115648 WGCD Furniture Solutions (III)-Qualification Questionnaire
itt_115642 Lot 1 Technical & Commercial Questionnaires
itt_115643 Lot 2 Technical & Commercial Questionnaires
itt_115644 Lot 3 Technical & Commercial Questionnaires
As part of this tender exercise, bidders will be required to submit Carbon Reduction Plans. Information on producing these can be found at
https://gov.wales/wppn-06-21-decarbonisation-through-procurement-taking-account-of-carbon-reduction-plans-html
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148105
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
- Increasing employment opportunities for local people
- Providing training and apprenticeship opportunities
- Donations & volunteering to support local community projects
- Growth opportunities for SME's in the local supply chain, including
Supported Businesses.
(WA Ref:148105)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
20/02/2025