Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ITT WCC Organisational Development 0414

  • First published: 21 January 2014
  • Last modified: 21 January 2014

Contents

Summary

OCID:
ocds-kuma6s-005365
Published by:
Cwmpas
Authority ID:
AA0857
Publication date:
21 January 2014
Deadline date:
03 March 2014
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Centre requires the services of organisations (the “Organisation”) to provide specialist Organisational Development Support Services to both emerging and established social businesses. On the basis of the tender proposal, one or more organisations will be added to the Centre’s Framework Agreement for Organisational Development Support Services (the “Service”). A key aspect of the client Service will be to support the organisational development of social businesses to enable them to move from voluntary activity to business activity, providing the much needed specialist knowledge and skills in this field that would not be available through mainstream business support. To help them realise their full potential a menu of assistance will be available to social businesses supported by the Project. This will ensure their tailored support package is relevant, timely and specific to their individual needs. As part of the Service, social businesses will have access to: - Advice and Guidance; - Workshop and Master Classes. The Framework Agreement and Service provision will commence in April 2014 and will run until March 2015 in the first instance, subject to continued EU and Welsh Government funding. Any extension beyond this will be dependant on the Centre securing future programmes and the requirements within those programmes. Any extension will be subject to approval by the Centre. All client beneficiaries will receive the Service local to their business area. The Centre requires Organisations to provide the following: - Specialist organisational development advice and guidance – provided by an adviser (the “Adviser”). - Workshops and Master Classes – provided by a trainer (the “Trainer”) CPV: 79411100, 79410000, 79400000, 72221000, 80510000, 72212482, 72212400, 48480000, 72212481, 79000000, 79342000, 79413000, 79414000, 79100000, 66171000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Wales Cooperative Centre Ltd

Llandaff Court, Fairwater Road, Cardiff

Cardiff

CF5 2XP

UK

Pauline Arnold

+44 3001115050

organisationaldevelopment@walescooperative.org

+44 3001115051

www.walescooperative.org

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0857
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

ITT WCC Organisational Development 0414

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

11

II.1.2)

Main site or location of works, place of delivery or performance

Wales/UK



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

1000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Centre requires the services of organisations (the “Organisation”) to provide specialist Organisational Development Support Services to both emerging and established social businesses.

On the basis of the tender proposal, one or more organisations will be added to the Centre’s Framework Agreement for Organisational Development Support Services (the “Service”).

A key aspect of the client Service will be to support the organisational development of social businesses to enable them to move from voluntary activity to business activity, providing the much needed specialist knowledge and skills in this field that would not be available through mainstream business support.

To help them realise their full potential a menu of assistance will be available to social businesses supported by the Project. This will ensure their tailored support package is relevant, timely and specific to their individual needs.

As part of the Service, social businesses will have access to:

- Advice and Guidance;

- Workshop and Master Classes.

The Framework Agreement and Service provision will commence in April 2014 and will run until March 2015 in the first instance, subject to continued EU and Welsh Government funding. Any extension beyond this will be dependant on the Centre securing future programmes and the requirements within those programmes. Any extension will be subject to approval by the Centre.

All client beneficiaries will receive the Service local to their business area.

The Centre requires Organisations to provide the following:

- Specialist organisational development advice and guidance – provided by an adviser (the “Adviser”).

- Workshops and Master Classes – provided by a trainer (the “Trainer”)

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=5365.

II.1.6)

Common Procurement Vocabulary (CPV)

79411100
79410000
79400000
72221000
80510000
72212482
72212400
48480000
72212481
79000000
79342000
79413000
79414000
79100000
66171000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The total value of the contract including all lots could be up to GBP1,000,000

II.2.2)

Options

The Framework Agreement and Service provision will commence in April 2014 and will run until March 2015 in the first instance, subject to continued EU and Welsh Government funding. Any extension beyond this will be dependant on the Centre securing future programmes and the requirements within those programmes. Any extension will be subject to approval by the Centre.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

In the case of group tenders the lead Organisation must be identified

III.1.4)

Other particular conditions to which the performance of the contract is subject

The performance of the Organisations delivering services will be monitored and the quality of each piece of work will be assessed by the Centre. Payment and future contracts will be dependant on the on-going satisfactory performance of the Organisation.

It is a requirement of service that detailed evidence of activities, outputs and costs incurred are provided to the Centre to monitor performance and to support claims for EU and Welsh Government funding.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(2) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.



Evidence of professional indemnity insurance to a minimum sum of GBP2million covering all those named to deliver on the bid; and a statement of turnover for the past 3 years (or for as many years of trading if the organisation is less than 3 years old).


III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

Lot 1.2 Financial Planning - ACCA, AAT or CIMA Membership

Lot 1.3 Marketing - Chartered Institute of Marketing (CIM)

Lot 1.4 Human Resources - Chartered Institute of Personnel Development (CIPD)

Lot 1.6 VAT/Tax advice - CCAB approved qualification

Lot 1.7 Corporate Legal Services - Practising corporate legal professional

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

ITTWCC0414

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 03-03-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

3 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

Yes



In part this relates to the Social Enterprise Support Projects (Convergence & Competitiveness), the Business Succession and Consortia Project and potential future projects but is not restricted to these.

VI.3)

Additional Information

(WA Ref:5365)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 21-01-2014

ANNEX A

Additional Addresses and Contact Points

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Wales Cooperative Centre Ltd

Llandaff Court, Fairwater Road, Cardiff

Cardiff

CF5 2XP

UK

Pauline Arnold

+44 3001115050


+44 3001115051

ANNEX B

Information About Lots

1     Advisers

1)

Short Description

Lot 1.1 Business Planning

Lot 1.2 Financial Planning

Lot 1.3 Marketing

Lot 1.4 Human Resources

Lot 1.5 E-Marketing and Social Media

Lot 1.6 VAT/Tax

Lot 1.7 Corporate Legal Services

Lot 1.8 Employee Engagement

2)

Common Procurement Vocabulary (CPV)

72221000
79400000
79410000
79411100
66171000
79000000
79413000
79100000
79111000
79140000
79900000
72000000

3)

Quantity or scope

A maximum of 55 organisations providing under Lot 1


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Workshop Trainers

1)

Short Description

Lot 2.1 Business Planning for Sustainability

Lot 2.2 Financial Planning and Management

Lot 2.3 Marketing

Lot 2.4 E marketing and social media

Lot 2.5 Social and Environmental Auditing

Lot 2.6 HR including employment law

Lot 2.7 Governance

2)

Common Procurement Vocabulary (CPV)

80500000
80510000

3)

Quantity or scope

Maximum of 35 organisations providing workshop training


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
72212482 Business intelligence software development services Programming services of application software
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
72212400 Business transaction and personal business software development services Programming services of application software
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
79414000 Human resources management consultancy services Business and management consultancy services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
79413000 Marketing management consultancy services Business and management consultancy services
79342000 Marketing services Advertising and marketing services
72212481 Sales or marketing software development services Programming services of application software
48480000 Sales, marketing and business intelligence software package Business transaction and personal business software package
80510000 Specialist training services Training services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
21 January 2014
Deadline date:
03 March 2014 00:00
Notice type:
Contract Notice
Authority name:
Cwmpas
Publication date:
02 May 2014
Notice type:
Contract Award Notice
Authority name:
Cwmpas

About the buyer

Main contact:
organisationaldevelopment@walescooperative.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

doc
doc236.50 KB
This file may not be accessible.
doc
doc207.00 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.