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