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
|
|
|
|
|
|
|
|
|
|
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 authorityFramework 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 contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged10 |
|
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 agreement1400000GBP |
|
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 |
|
|
|
|
|
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 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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate510 |
|
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
|
|
|
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
|
|
|
|
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
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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
|
|