Scope
Reference
CCS/25/195
Description
This Framework Agreement covers the supply and delivery of Ready-Mix Concrete to Swansea Council properties, including (but not limited to) void properties undergoing preparation for re-letting, occupied properties requiring day-to-day (D2D) repairs, adaptation, and other housing and operational assets where maintenance, refurbishment, or emergency works are required.
Commercial tool
Establishes a framework
Total value (estimated)
- £350,000 excluding VAT
- £420,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 23 February 2026 to 22 February 2028
- Possible extension to 22 February 2030
- 4 years
Description of possible extension:
with the option to extend up to 24 months
Main procurement category
Goods
CPV classifications
- 44114100 - Ready-mixed concrete
- 44114000 - Concrete
Contract locations
- UKL18 - Swansea
Framework
Maximum number of suppliers
3
Maximum percentage fee charged to suppliers
0%
Further information about fees
N/A
Framework operation description
This Framework comprises multiple suppliers. Call-offs may be made through:
a) Direct Award, or
b) Mini-Competition, depending on the value, urgency, performance history, and requirements of the works.
The Council reserves the absolute right to determine which method delivers best value for money, compliance, and operational efficiency.
2. Direct Award (for requirements up to £5,000)
2.1. A Ranked Supplier Model will apply for call-offs valued up to £5,000.
• Supplier ranked No.1 on the Framework will be approached first for all requirements up to this value threshold.
• Where Supplier 1 is unable to supply within the required timescales, unable to meet the specification, or would not represent best value, the Council may approach the next highest-ranked supplier(s).
2.2. The Council may request a short quotation where necessary to confirm pricing, lead times, compliance and delivery.
2.3. Orders will be placed through official Council purchase orders, in accordance with Contract Procedure Rules.
3. Mini-Competition (for requirements above £5,000)
3.1. For all call-offs above £5,000, the Council will invite all suppliers appointed to the Framework to participate in a Mini-Competition.
3.2. Suppliers will be asked to submit:
• Unit rates or total price.
• Delivery times.
• Confirmation of compliance with the Specification.
• Any value-added or environmental considerations.
3.3. Mini-Competitions will be evaluated based on the 100% price
3.4. The Supplier achieving the highest score will receive the call-off award.
4. Right to Run a Mini-Competition at Any Time
4.1. The Council reserves the right, at its sole discretion, to run a Mini-Competition at any time, regardless of the anticipated value or ranking structure.
4.2. Reasons may include (but are not limited to):
• Delivery urgency.
• Poor performance of the ranked supplier.
• Specific technical requirements.
• Large volume orders.
• Market price volatility.
• Demonstrating best value.
• Budget limitations.
• Environmental or social-value requirements.
4.3. Where the Council deems a Mini-Competition to be more advantageous, this method will supersede the Direct Award process.
5. Emergency or Urgent Requirements
5.1. For urgent, time-critical or emergency situations, the Council may:
• Place a Direct Award with any supplier on the Framework, OR
• Request quick-turnaround quotes, OR
• Use nearest-available supplier to ensure operational delivery.
5.2. Emergency decisions will be recorded for audit purposes.
6. Performance-Based Adjustments
6.1. Persistent poor performance, late deliveries, failure to meet specification, or safety issues may lead the Council to:
• Skip the ranked Supplier and approach the next Supplier.
• Issue performance improvement notices.
• Increase use of Mini-Competitions.
6.2. Performance will be monitored regularly through KPI schedules.
7. Purchase Order Requirement
7.1. No works shall commence without an authorised Council Purchase Order (PO).
7.2. Suppliers must reference the PO number on all delivery notes, invoices, and correspondence.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
see tender documents
Technical ability conditions of participation
see tender documents
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
6 January 2026, 12:00pm
Tender submission deadline
13 January 2026, 12:00pm
Submission address and any special instructions
If you are interested in submitting a bid, please download the tender docs from https://etenderwales.bravosolution.co.uk/ Please search using ITT - 121908
. 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
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
20 February 2026
Recurring procurement
Publication date of next tender notice (estimated): 20 August 2029
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Price | Price | 70.00% |
| Delivery & Order Management | Quality | 10.00% |
| Quality Assurance & Compliance | Quality | 10.00% |
| Health and Safety & Sustainability | Quality | 10.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
As per section 17(1)(b) of the Procurement Act 2023, The Council has utilised its subject matter experts knowledge to identify the preferred and most relevant approach to the market given the requirements of this particular procurement activity.
Documents
Associated tender documents
http://etenderwales.bravosolution.co.uk
If you are interested in submitting a bid, please download the tender docs from https://etenderwales.bravosolution.co.uk/ Please search using ITT - 121908
Contracting authority
City & County of Swansea
- Public Procurement Organisation Number: PYYD-8699-BJGD
Civic Centre
Swansea
SA1 3SN
United Kingdom
Contact name: Luke Williams
Email: luke.williams1@swansea.gov.uk
Website: http://www.swansea.gov.uk/dobusiness
Region: UKL18 - Swansea
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales