Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Legal, Democratic and Business Intelligence, Swansea Council,
  Civic Centre, Oystermouth Road, Maritime Quarter,
  Swansea,
  SA1 3SN
  UK
  
            Contact person: Lisa Evans
  
            Telephone: +44 7966230649
  
            E-mail: procurement@swansea.gov.uk
  
            NUTS: UKL18
  Internet address(es)
  
              Main address: http://www.swansea.gov.uk/dobusiness
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
 
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:
http://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://etenderwales.bravosolution.co.uk
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:
http://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Framework Agreement For The Supply & Delivery of Door Furniture
            Reference number: CCS/23/277
  II.1.2) Main CPV code
  44316400
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  This framework aims to facilitate the procurement of high-quality door furniture to support the maintenance and enhancement of Swansea Council's infrastructure, ensuring safety, security, and aesthetic value across its properties.  The framework encompasses the purchase of a diverse range of door/uPVC furniture items, catering to both domestic and commercial requirements. This tender focuses on procuring door furniture, covering a spectrum of domestic and commercial door fixtures, fire door fixtures, and associated components.  The pricing schedule will cover various types of hinges, handles, locks, knobs, closers, letterplates, and associated accessories
  The framework is designed to enlist a select group of suppliers for effective procurement of door/uPVC furniture. To maintain a competitive yet manageable pool, the framework intends to list a maximum of 10 suppliers. The selection process for these suppliers will adhere to the criteria of the most economically advantageous bid for each specific item or product.
  Orders placed before 12:00 noon should be available for collection within 8 hours or delivered within 72 hours.
  II.1.5) Estimated total value
  Value excluding VAT: 
			.01 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    44316400
    44221000
    44523100
    44523000
    44520000
    44500000
    II.2.3) Place of performance
    NUTS code:
    UKL18
Main site or place of performance:
    Swansea
    II.2.4) Description of the procurement
    This framework aims to facilitate the procurement of high-quality door furniture to support the maintenance and enhancement of Swansea Council's infrastructure, ensuring safety, security, and aesthetic value across its properties.  The framework encompasses the purchase of a diverse range of door/uPVC furniture items, catering to both domestic and commercial requirements. This tender focuses on procuring door furniture, covering a spectrum of domestic and commercial door fixtures, fire door fixtures, and associated components.  The pricing schedule will cover various types of hinges, handles, locks, knobs, closers, letterplates, and associated accessories
    The framework is designed to enlist a select group of suppliers for effective procurement of door/uPVC furniture. To maintain a competitive yet manageable pool, the framework intends to list a maximum of 10 suppliers. The selection process for these suppliers will adhere to the criteria of the most economically advantageous bid for each specific item or product.
    Orders placed before 12:00 noon should be available for collection within 8 hours or delivered within 72 hours.
    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: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Framework Agreement Period: 1st August 2024 to 31st July 2026
    (With An Option To Extend Up To A Further 24 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
    All door furniture supplied must conform to stringent quality standards and meet the British Standards Institution (BSI) specifications or their equivalents. The products shall undergo rigorous testing to ensure durability, reliability, and compliance with relevant safety and security regulations. All suppliers must submit comprehensive documentation and certifications
   
 
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
  List and brief description of selection criteria:
  Not Applicable
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  All door furniture supplied under this framework must conform to stringent quality standards and meet the British Standards Institution (BSI) specifications or their equivalents. The products shall undergo rigorous testing to ensure durability, reliability, and compliance with relevant safety and security regulations. All suppliers must submit comprehensive documentation and certifications validating the quality, safety, and compliance standards of the supplied door furniture. This includes relevant quality assurance certificates, test reports, and compliance declarations.
 
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.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              15/07/2024
  
                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:
              15/07/2024
  
              Local time: 12:00
 
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
Register your company on the eTenderWales portal (this is only required once):
— Navigate to the portal: http://etenderwales.bravosolution.co.uk
— Click the “Suppliers register here” link.
— Enter your correct business and user details.
— Note the username you chose and click “Save” when complete.
— You will shortly receive an e-mail with your unique password (please keep this secure).
— Agree to the terms and conditions and click “continue”.
2. Express an interest in the project:
— Login to the portal with your username/password.
— Click the “ITTs Open to All Suppliers” link (these are the ITTs open to any registered supplier).
— Click on the relevant ITT to access the content.
— Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
— This will move the ITT into your “My ITTs” page (this is a secure area reserved for your projects only).
— Click on the ITT code. You can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.
3. Responding to the invitation to tender:
— You can now choose to “Reply” or “Reject” (please give a reason if rejecting).
— You can now use the “Messages” function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the ITT.
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
If you require any further assistance use the online help. Alternatively, the BravoSolution helpdesk can be contacted (Monday to Friday, 8:00 to 18:00) on:
— E-mail: help@bravosolution.co.uk
— Phone: +44 8003684850
Thanks
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=142057
(WA Ref:142057)
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.4.2) Body responsible for mediation procedures
  
    Legal, Democratic and Business Intelligence, Swansea Council,
    Civic Centre, Oystermouth Road, Maritime Quarter,
    Swansea,
    SA1 3SN
    UK
    
            E-mail: procurement@swansea.gov.uk
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    Legal, Democratic and Business Intelligence, Swansea Council,
    Civic Centre, Oystermouth Road, Maritime Quarter,
    Swansea,
    SA1 3SN
    UK
    
            E-mail: procurement@swansea.gov.uk
    Internet address(es)
    
              URL: https://www.swansea.gov.uk/procurement
   
 
VI.5) Date of dispatch of this notice
12/06/2024