CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Welsh Government |
CP2 Cathays Park, |
Cardiff |
CF10 3NQ |
UK |
Enfys Jones |
+44 3000622466 |
|
|
http://wales.gov.uk/?skip=1&lang=en
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
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 authoritySpecialist Food and Drink Marketing, PR and Copywriting Services |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
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 agreement35 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement500000700000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Welsh Government’s Food Division is responsible for promoting Welsh food and drink throughout Wales, the UK and overseas. A key priority of ‘Towards Sustainable Growth: An Action Plan for the Food and Drink Industry 2014-2020’ [hereafter referred to as ‘the Action Plan’] is to grow output for the industry by 30% to £7 billion by the year 2020, working in partnership with industry, and in addition to raising the profile of Welsh food and drink on the national and international stage with the ‘Bwyd a Diod Cymru / Food and Drink Wales’ identity. Link to Action Plan.
The aim of this tender is to appoint a contractor on this Single Suppler Framework to assist the Welsh Government’s Food Division (on behalf of Welsh Ministers, and hereafter referred to as ‘the Client’) to promote the industry throughout Wales, the UK and overseas and raise the profile of our ‘Bwyd a Diod Cymru / Food and Drink Wales’ trade identity. The Framework will last for 1 year and 11 months with the option to extend for a further 12 months, to a maximum estimated value of £700,000. Suppliers should note that inclusion on a framework does not constitute a guarantee of employment. The Client is not obligated to commission any work under this arrangement.
Objectives
Ensure key messages and delivered actions from the Action Plan are clearly communicated;
Raise awareness and the profile of our trade focused ‘Bwyd a Diod Cymru / Food and Drink Wales’ identity;
Promote developments, successes and good news stories in line with the Action Plan;
Promote clear and coherent messages of the support available by the Welsh Government to producers;
Improve the perceptions of Wales as a destination where high quality and distinctive food is widely available
To raise the profile of Welsh Food and Drink via the Hospitality and Catering industry in Wales, by promoting joint activity between the Food and Tourism sector in Wales in line with the Food Tourism Action Plan for Wales 2015 -2020 (FTAP). www.gov.wales/foodanddrinkwales
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.uk/search/search_switch.aspx?ID=16451
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
500000700000 GBP |
II.2.2)
|
Options |
|
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
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
(1) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(2) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
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
C142/2013/2014
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2014/S 069-118772 01-04-2014
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 30-04-2015
14:00 |
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
|
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? No
|
VI.3)
|
Additional Information
(WA Ref:16451)
|
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 30-03-2015 |