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

Framework Agreement for SMART Innovation Diagnostics for Manufacturing and Design Projects

  • First published: 09 December 2014
  • Last modified: 09 December 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-019633
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
09 December 2014
Deadline date:
08 January 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender has been prepared on behalf of the Welsh Ministers, herein after referred to as ‘the Client’, in order to establish a Framework Agreement that will provide SMART Innovation Diagnostics for Manufacturing and Design projects across Wales. This service shall form part of the SMART Innovation projects which will deliver advice and specialist support to help businesses with research & development, manufacturing, design, intellectual property, new product development, licensing and commercialisation – resulting in the creation of new products, processes, services, technologies and new technologically innovative businesses. The Client is seeking to engage with quality providers to deliver a service that will provide design and manufacturing diagnostics for businesses across Wales. The successful provider(s) will be awarded onto the Framework agreement which will consist of two lots. The selection of providers for individual call off contracts will be subject to rotation and is explained fully within the tender documents. The Framework Agreement will commence on the 01st May 2015 for a period of three years and will end on the 30th April 2018. An option to extend the agreement for up to a further year will be available to the Client; however this will be subject to a performance review. The client is not bound by any values or commitment with regards to the use of this agreement. A contract will not exist between the Client and the Framework Provider until such a time when a ‘call off’ occurs. Please note that the Client will seek EU funding in respect of this service. CPV: 79410000, 79415000, 79400000, 79415200, 79990000, 71323000, 73300000, 72220000, 72221000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Welsh Government

Corporate Procurement (Procurement), CP2 Cathays Park

Cardiff

CF10 3NQ

UK

Jenna Dillon

+44 3000628803



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

I.2)

Type of contracting Authority and Main Activity or Activities

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

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Framework Agreement for SMART Innovation Diagnostics for Manufacturing and Design Projects

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

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

Wales



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

10

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

1400000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This tender has been prepared on behalf of the Welsh Ministers, herein after referred to as ‘the Client’, in order to establish a Framework Agreement that will provide SMART Innovation Diagnostics for Manufacturing and Design projects across Wales.

This service shall form part of the SMART Innovation projects which will deliver advice and specialist support to help businesses with research & development, manufacturing, design, intellectual property, new product development, licensing and commercialisation – resulting in the creation of new products, processes, services, technologies and new technologically innovative businesses.

The Client is seeking to engage with quality providers to deliver a service that will provide design and manufacturing diagnostics for businesses across Wales. The successful provider(s) will be awarded onto the Framework agreement which will consist of two lots. The selection of providers for individual call off contracts will be subject to rotation and is explained fully within the tender documents.

The Framework Agreement will commence on the 01st May 2015 for a period of three years and will end on the 30th April 2018. An option to extend the agreement for up to a further year will be available to the Client; however this will be subject to a performance review. The client is not bound by any values or commitment with regards to the use of this agreement. A contract will not exist between the Client and the Framework Provider until such a time when a ‘call off’ occurs.

Please note that the Client will seek EU funding in respect of this service.

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=19633

II.1.6)

Common Procurement Vocabulary (CPV)

79410000
79415000
79400000
79415200
79990000
71323000
73300000
72220000
72221000

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 value indicated includes for contracts awarded under both Lots included within the Framework, which will operate for a period of 3 years (with the option for 1 year extension subject to performance reviews). The anticipated Framework start date will be 01 May 2015.

1400000
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

II.3)

Duration of the contract or limit for completion

 01-05-2015 30-04-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The awarding authority reserves the right to request parent company and / or other guarantees of performance and financial liability.

III.1.2)

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

Payment terms will be indicated in the contract documents. Tenders to be priced in Sterling. Payment to be made in Sterling only.

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

No special legal form required but joint and several liability to be assumed by all group bidders before acceptance.

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


Please refer and complete all relevant questions within the 'Qualification Response'.

III.2.2)

Economic and financial capacity


Please refer and complete all relevant questions within the 'Qualification Response'.




III.2.3)

Technical capacity


Please refer and complete all relevant questions within the 'Technical Response'.




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?

No

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


Unchecked box Checked 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

510

Objective criteria for choosing the limited number of candidates

In order to be considered for the invitation to tender, candidates will be required to obtain a 'pass' mark for all of the relevant questions within the 'Qualification' response. Further to this candidates must achieve a minimum of 40 marks for the 'Technical' response. A maximum of ten highest scoring candidates will be invited to tender for each lot. Where a number of candidates have equal scoring they will all be invited to tender, in which case more than ten suppliers may be invited to tender.

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

C113/2014/2015

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

 08-01-2015  17:00

IV.3.5)

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

 06-02-2015

IV.3.6)

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

Checked box    

Welsh


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


There is the potential for a further procurement to run after the contract end date stipulated in this notice.

VI.2)

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

Yes



The Business Innovation Programme

VI.3)

Additional Information

You may find it helpful to contact your regional Business Wales centre to seek general advice and guidance if you are

considering tendering for this and future public sector contracts. Potential bidders in Wales can access services at:

http://business.wales.gov.uk/growing-business/welsh-government-support-1/supplier-development-service-0

The Welsh Government, on behalf of the Welsh Ministers, will be conducting this procurement exercise through the

etenderwales portal https://etenderwales.bravosolution.co.uk. Tender documents and other information must be downloaded

from and returned through this portal. If you require any further assistance, the BravoSolution helpdesk is available on:

Email: help@bravosolution.co.uk Phone: 0800 368 4850 / Fax: 020 7060 0480

E-TENDER INFORMATION:

- Go to https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the

User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration

page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register

again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your

Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please

contact the Helpdesk to gain access to the Platform.

- PQQs must be uploaded to the BravoSolution portal by 2pm on the deadline date given in this notice.

HOW TO FIND THE PQQ:

- Once logged in you must click on ‘PQQs Open to all Suppliers’

- The etender references for this contract are: Project_29213 and PQQ_31710.

- Click on the title to access summary details of the contract. If you are still interested in expressing an interest, click the

‘Express an Interest button’. This will move the PQQ from the ‘Open to all Suppliers’ area to the ‘My PQQ’s’ on the home

page.

- You will then see the full details of the PQQ in the qualification and technical envelopes along with any relevant

documents in the ‘Attachments’ area.

- Should you have any questions on the PQQ, please use the ‘Messages’ area to contact the buyer directly – Please do not

contact the named person at the top of this notice.

(WA Ref:19633)

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

 09-12-2014

ANNEX B

Information About Lots

1     Manufacturing diagnostics for Businesses in Wales

1)

Short Description

The successful providers must have substantial industry experience applicable to the Manufacturing sector in order to provide an expert diagnostic consultancy service to businesses across Wales.

The primary requirement of this service is to provide Manufacturing diagnostics to Welsh SMEs. The successful providers, shall, therefore be able advise on a wide range of manufacturing disciplines in writing.

The successful providers must have the ability to provide such a service across a wide range of manufacturing disciplines, which as a minimum shall include expertise in areas of sustainable and lean manufacturing; value stream and process mapping; 5 S and 6 Sigma; improving layout and space utilisation; reducing work in progress; improving quality and delivery; team building; new and innovative manufacturing techniques; and materials and production innovation (this list is not exhaustive).

2)

Common Procurement Vocabulary (CPV)

71323000
72220000
72221000
79400000
79410000
79415000

3)

Quantity or scope

The anticipated duration for this Lot is from 01 May 2015 to 30 April 2018 (with the option to extend for a further period of up to 1 year subject to performance reviews).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Design diagnostics for Businesses in Wales

1)

Short Description

The successful providers must have substantial industry experience applicable to the Design sector in order to provide an expert diagnostic consultancy service to businesses across Wales.

The primary requirement of this service is to provide Design diagnostics to Welsh SMEs. The successful providers shall, therefore be able advise on a wide range of design disciplines in writing.

The successful providers must have the ability to provide such a service across a wide range of design disciplines, which as a minimum shall include expertise in areas of materials and manufacture; product design; industrial design, design for manufacture; packaging design; eco-design; service design; design management; and branding.

2)

Common Procurement Vocabulary (CPV)

79415200
72221000
71323000
73300000
79400000
79410000
79990000

3)

Quantity or scope

The anticipated duration for this Lot is from 01 May 2015 to 30 April 2018 (with the option to extend for a further period of up to 1 year subject to performance reviews).


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
73300000 Design and execution of research and development Research and development services and related consultancy services
79415200 Design consultancy services Production management consultancy services
71323000 Engineering-design services for industrial process and production Engineering design services
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
79415000 Production management consultancy services Business and management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy 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:
09 December 2014
Deadline date:
08 January 2015 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
01 June 2015
Notice type:
Contract Award Notice
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.