Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
Southgate House, Wood Street
Cardiff
CF10 1EW
UK
Contact person: Tamara Evans
Telephone: +44 2921673434
E-mail: Procurement@tfw.wales
NUTS: UKL15
Internet address(es)
Main address: http://tfw.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
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://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport related services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Design consultancy for office space and supply of furniture & associated services - Supplier Engagement Day
Reference number: TFW234
II.1.2) Main CPV code
39130000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Transport for Wales (TfW) is seeking to procure a supplier(s) for innovative and sustainable design solutions for the use of our office space located at our new premises in Pontypridd, South Wales.
It is envisaged that a sole supplier will be required to review and work with the current design of the office space taking into consideration operational department functions, evaluate the existing TfW furniture estate and consider what can be reused within the new design, supply refurbished/ re-manufactured furniture or new from certifiable sustainable sources where possible to satisfy the design brief. The design and supply requirements does not include floor coverings and blinds.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79934000
39134000
39100000
50850000
39000000
39130000
39141000
39150000
39151000
39151300
39153000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Transport for Wales new premises at Pontypridd, South Wales
II.2.4) Description of the procurement
In Oct/Nov 2020 Transport for Wales (TfW) will move from Cardiff to our new Headquarters in Pontypridd.
Sustainability is a TfW core value and so we want to demonstrate that we are living/true to our values. Our customers and stakeholders need to be confident in us and in what we say we’ll do and the approach we take to fitting out our headquarters will be a demonstration of how we live our values.
We want to use a sustainable approach to the procurement of our interior so that we maximise the amount of reuse, re-manufacture and recycling that we do and would like to work with an organisation or a consortium of organisations that can supply, deliver & install furniture that meets our values.
We want our HQ to be a showcase for high quality sustainable procurement that demonstrates value for money. Interior requirements are:
- On brand and use a simple colour palette (core colours black/grey, red, white)
- Contemporary, collaborative and comfortable feel, that brings out the best in our staff, it needs to have different spaces that enable staff to work in the most effective and productive way
- Harmonious look with similar types or groups of furniture ie chairs desks etc
- It needs to have longevity – opportunities for repair first rather than replace approach.
we employ over a hundred staff (the office will eventually accommodate around 400 people) in a wide range of roles from a range of sectors, backgrounds and capabilities.
We have furniture that we will be reusing but may also wish to source:
- Café style furniture
- Storage
- Meeting furniture
- Desks (with cable management) and chairs
- Breakout furniture – sofas, small tables and chairs
- Acoustic Pods and booths/cwtch seating
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: Yes
Description of renewals:
Call off for additional assistance with office design after initial installation and move to Pontypridd, for up to a further 6 months.
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
II.2.14) Additional information
TfW234 ITT Volume 1 - Tender Instructions and Requirements V1.0
TfW234 ITT Volume 2 - Tender Questionnaire V1.0
TfW234 ITT Volume 3 - Pricing Schedule V1.0
TfW234 ITT Volume 4 - Proposed Terms & Conditions V1.0 (TBC)
TfW234 ITT Volume 5 - Additional Information
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2020/S 029-068808
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/06/2020
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/06/2020
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
SITE VISIT: Tenderers may wish to attend SGH to view the current furniture stock. TfW are currently working on a Site Visit protocol taking into account social distancing requirements, and will issue details in due course. Tenderers are to apply to TfW via Procurement@tfw.wales to book an appointment.
ITT documents can be found in the Additional Documents Section of this Contract Notice on Sell2Wales:
TfW234 ITT Volume 1 - Tender Instructions and Requirements V1.0
TfW234 ITT Volume 2 - Tender Questionnaire V1.0
TfW234 ITT Volume 3 - Pricing Schedule V1.0
TfW234 ITT Volume 4 - Proposed Terms & Conditions V1.0 (to be issued in due course)
TfW234 ITT Volume 5 - Additional Information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=101801.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:101801)
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
15/05/2020