Tender

Provision of Furniture Solutions (III)

  • Welsh Government - Commercial Delivery

F02: Contract notice

Notice identifier: 2025/S 000-006201

Procurement identifier (OCID): ocds-h6vhtk-04b556

Published 20 February 2025, 1:28pm



Section one: Contracting authority

one.1) Name and addresses

Welsh Government - Commercial Delivery

Cathays Park 2, Cathays Park

Cardiff

CF10 3NQ

Contact

Faye Moore

Email

commercialprocurement.buildings@gov.wales

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://gov.wales/public-sector-procurement

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Furniture Solutions (III)

Reference number

WGCD-BU-129-24

two.1.2) Main CPV code

  • 39130000 - Office furniture

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.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

two.2) Description

two.2.1) Title

Office Furniture

Lot No

1

two.2.2) Additional CPV code(s)

  • 39130000 - Office furniture

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Education Furniture

Lot No

2

two.2.2) Additional CPV code(s)

  • 39160000 - School furniture

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Reserved Lot - Furniture

Lot No

3

two.2.2) Additional CPV code(s)

  • 39130000 - Office furniture
  • 39160000 - School furniture

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 21

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-036356

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 March 2025

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.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)

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

2:30pm


Section six. Complementary information

six.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.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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 https://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.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom