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 |
Neil Paull |
+44 2920825051 |
Neil.Paull@wales.gsi.gov.uk |
|
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 authorityFarm Business Survey 2016+ |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract8 |
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 envisaged
|
|
Duration of the framework agreement
|
|
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
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Farm Business Survey (FBS) is an annual survey of farm businesses in Wales conducted with the primary purpose of collecting detailed physical and financial data about the economic position of farm businesses throughout Wales. The survey is the primary source of information on the economics of farm businesses and is one of the most complex surveys undertaken anywhere in Government. Similar surveys of farm businesses are also conducted in England, Scotland and Northern Ireland, and other European Union (EU) Member States.
The FBS was first conducted in the 1930s as the Farm Management Survey. The survey was intended to assist in policy formulation, to help improve efficiency on individual farms, and to be a resource for research. Although agricultural policy objectives have evolved since then, the Welsh Government retains the need to monitor and analyse the economic performance of the agricultural industry and to assess the impact of existing and future policies on different farm types, particularly in relation to the Common Agricultural Policy (CAP).
The Farm Business Survey is also required for a number of statistical purposes. The FBS is used to produce Welsh Government official statistics on farm businesses in Wales, including on Farm Incomes and Farm Diversification, and makes a significant contribution to the published Forecasts of Farm Incomes and to the production of published statistics on Aggregate Agricultural Output and Income. Figures based on the FBS in Wales are also included in the Agriculture in the United Kingdom publication.
Published FBS data are frequently used by stakeholders including farmers, farming unions, agricultural consultants, banks and universities. FBS data in the form of calculated averages are widely used in the provision of business advice to the farming industry, with such information also included in an on-line benchmarking resource enabling comparisons of farm business performance with other farm business groups across a range of financial measures. More detailed anonymised information from the FBS is also available in the long-run datasets which can be accessed by bona fide researchers via the UK Data Service.
A critical function of the FBS is to enable the Welsh Government (as the relevant liaison agency) to meet its obligations (originally under Council Regulation 79/65/EEC, subsequently expanded under the basic Act of Council Regulation (EC) No 1217/2009) to provide specified data on a stratified sample of farm businesses to the European Commission’s (ECs) Farm Accountancy Data Network (FADN) each year. The collected FBS data is used to populate the FADN Farm Return which is specified under Commission Implementing Regulation (EU) No. 385/2012.
The primary objective of this research is the annual implementation of the Farm Business Survey in Wales. The FBS involves the collection of detailed physical and financial data from a specified, stratified sample (of main farm types and size groups) of ‘commercially viable’ farm businesses in Wales. The data is collected from recruited farmer co-operators through on-site farm visits and the examination, and audit, of each business’s books, records and other relevant paperwork, enabling the production of a comprehensive whole farm account.
The full set of required information will need to be recorded for each farmer co-operator through the use of a pre-specified standardised collection form (the FAS 24) and according to the appropriate codes, instructions and guidance. This information will be used to produce a full profit-and-loss account and a balance sheet for each farm business, and calculations regarding a number of key farm business performance measures.
The FBS also collects important information, where possible, about the non-farming incomes of farmers and their spouses (such as from other employment or self-employment), physical aspects of the farm businesses, for example, on crop areas and stock numbers for use in classifying farm businesses according to its type and size, and also about, for example, countryside maintenance and agri-environment activities.
The Contractor will need to supply “clean” (i.e. passing all of the relevant checking tests) and fully reconciled, completed farm accounts (as specified in the FAS 24 data collection form applicable to the relevant survey year, and the FADN Farm Return) together with “module” study returns (enabling the provision of supplementary information about various aspects of farm businesses and farm households) for each farm in the sample, meeting the sample quotas for the main farm types and size groups and being representative of farm businesses across Wales.
These fully reconciled accounts need to be completed to strict timetables and quality requirements, to provide the Welsh Government with a database of typical farm accounts for statistical purposes. In addition, appropriate feedback to farmer co-operators and the production and publication of annual reports summarising the data collected through the FBS is required.
Of critical importance, the FBS data collection coverage and data quality must meet the full set of current and evolving information requirements of the Welsh Government and also the EC’s FADN, including the requirement to submit completed (and validated) Farm Returns for a specified sub-sample of farm businesses in Wales, as defined in the annual EC FADN Selection Plan. The requirements are subject to a strict timetable, and meeting each of the relevant deadlines is crucial to delivering the aims and objectives of this Specification.
In order to successfully meet the aims of this research, the operation and design of the Farm Business Survey, associated documentation, validation and recording process, and data handling arrangements, will need to keep up to date with changes in agricultural practices and support mechanisms, and the developing data needs of both the Welsh Government and FADN.
This means that the FBS is subject to updating each year and therefore whilst there is a large core of data which is collected every year, there will also be some variation in the data collected to reflect these changing requirements. To meet the data collection and delivery aims, such changes will need to be handled in an adaptable and flexible manner, and effectively implemented by the Contractor to the required timetables.
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=27188
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73000000 |
|
|
|
|
|
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 |
|
23500002600000 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 will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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 statements of accounts or extracts from those accounts relating to their business.
|
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) 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
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
|
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 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
|
|
|
|
No
|
|
Yes
|
|
|
|
Quality / technical |
80 |
|
Cost |
20 |
|
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
C256/2014/2015
|
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 16-07-2015
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 Between 3 and 5 years |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
E-TENDER INFORMATION:
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.
- Tenders must be uploaded to the BravoSolution portal by 2pm
HOW TO FIND THE ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The etender references for this contract are: project_30164 and itt_47280
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
- Should you have any questions on the ITT, 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:27188)
|
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 25-05-2015 |