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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityITT 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 contract11 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales/UK
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement1000000GBP |
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe total value of the contract including all lots could be up to GBP1,000,000 |
|
|
II.2.2)
|
OptionsThe 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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
3)
|
Quantity or scope
Maximum of 35 organisations providing workshop training
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|