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 Export Support Services

  • First published: 28 September 2015
  • Last modified: 28 September 2015

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-032871
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
28 September 2015
Deadline date:
09 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The International Trade Team within Welsh Government have a suite of Trade Support Programmes which aim to support the delivery of Economic Renewal by promoting and supporting the internationalisation of Welsh businesses. Two of these programmes are International Trade Development (ITD) and International Trade Opportunities (ITO). This tender exercise aims to ensure that the Welsh Ministers (herein after referred to as the Client) has access to a network of motivated experts to provide high quality international trade advice, business support and other related services to new and existing exporters across all regions of Wales. Lot 1 of the Framework agreement will cover ITD which requires the successful tenderers to provide assistance to companies on a 1-1 basis to help develop their capabilities for exporting. Lot 2 of the Framework agreement will cover ITO and will be split into 7 sub regions (as described in the Annex of this notice). The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets. CPV: 73200000, 73220000, 79400000, 72221000, 79410000, 79411100.

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 3000628670



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

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked 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 Export Support Services

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

Worldwide



UK

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

40

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

30000004000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The International Trade Team within Welsh Government have a suite of Trade Support Programmes which aim to support the delivery of Economic Renewal by promoting and supporting the internationalisation of Welsh businesses. Two of these programmes are International Trade Development (ITD) and International Trade Opportunities (ITO).

This tender exercise aims to ensure that the Welsh Ministers (herein after referred to as the Client) has access to a network of motivated experts to provide high quality international trade advice, business support and other related services to new and existing exporters across all regions of Wales.

Lot 1 of the Framework agreement will cover ITD which requires the successful tenderers to provide assistance to companies on a 1-1 basis to help develop their capabilities for exporting.

Lot 2 of the Framework agreement will cover ITO and will be split into 7 sub regions (as described in the Annex of this notice). The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

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=32871

II.1.6)

Common Procurement Vocabulary (CPV)

73200000
73220000
79400000
72221000
79410000
79411100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).

The value stated is the estimated value for the entire framework and for the maximum framework duration available of 4 years and is excluding VAT.

30000004000000
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

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


III.2.2)

Economic and financial capacity




Please refer to the 'Qualification Response' itt_49652 of the online tender.


III.2.3)

Technical capacity




Please refer to the Specification within the 'Attachments' section of the online tenders.


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


Checked box Unchecked 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

Objective criteria for choosing the limited number of candidates

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

C305/2014/2015

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

 09-11-2015  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

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


This requirement may be re-tendered approximately 6 months prior to the contract end date.

VI.2)

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

Yes



Please note that this procurement will be part funded from the European Regional Development Fund.

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 ITT:

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

- The etender references for this contract are: Project_31196 and ITT_49652 (Qualification Response) / 49653 (Lot 1) / 49654 (Lot 2A) / 49655 (Lot 2B) / 49656 (Lot 2C) / 49657 (Lot 2D) / 49658 (Lot 2E) / 49659 (Lot 2F) / 49661 (Lot 2G).

- 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 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:32871)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Training and Employment Opportunities

Educational Engagement

Environmental considerations

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

 28-09-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Welsh Government

Corporate Procurement (Procurement), CP2 Cathays Park

Cardiff

CF10 3NQ

UK


+44 3000628670


http://wales.gov.uk/?skip=1&lang=en

II)

Address and contact points from which specifications and additional documentation may be obtained



Welsh Government

Corporate Procurement (Procurement), CP2 Cathays Park

Cardiff

CF10 3NQ

UK


+44 3000628670


http://wales.gov.uk/?skip=1&lang=en

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Welsh Government

Corporate Procurement (Procurement), CP2 Cathays Park

Cardiff

CF10 3NQ

UK


+44 3000628670


http://wales.gov.uk/?skip=1&lang=en

ANNEX B

Information About Lots

1     International Trade Development (ITD)

1)

Short Description

The primary requirement of this lot is to:

- provide development support and guidance for new exporters within Wales who are trading overseas for the first time, ensuring ease of entry into global markets; and

- provide support for existing exporters to increase their market share in current markets and in entering new markets through tailored specialist one to one support.

2)

Common Procurement Vocabulary (CPV)

73220000
72221000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     2A - International Trade Opportunities - Western Europe

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

Ireland, Belgium, Netherlands, Luxembourg, Denmark, Sweden, Norway, Finland, Iceland, France, Germany, Italy, Spain, Portugal, Austria, Switzerland.

2)

Common Procurement Vocabulary (CPV)

73220000
73200000
79400000
72221000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     2B - Central Europe, Eastern Europe & Russia

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

Russia, Ukraine, Czech Republic, Poland, Romania, Turkey, Hungary, Slovakia, Slovenia, Bulgaria, Lithuania, Latvia, Estonia, Greece.

2)

Common Procurement Vocabulary (CPV)

73200000
73220000
79400000
72221000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     2C - Middle East & Africa

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

Saudi Arabia, Bahrain, Qatar, Kuwait, Egypt, Oman, UAE, South Africa

2)

Common Procurement Vocabulary (CPV)

73200000
73220000
79400000
72221000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     2D - Americas

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

USA, Canada, Mexico, Brazil, Argentina, Chile

2)

Common Procurement Vocabulary (CPV)

73200000
73220000
72221000
79400000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     2E - India

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

India

2)

Common Procurement Vocabulary (CPV)

73200000
73220000
72221000
79400000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

7     2F - Asia Pacific 1

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

China, Taiwan, Hong Kong

2)

Common Procurement Vocabulary (CPV)

73200000
73220000
72221000
79400000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

8     2G – Asia Pacific 2

1)

Short Description

The primary requirement of ITO will assist companies to identify export opportunities in a range of overseas markets. This lot will cover the following regions:

Japan, South Korea, Thailand, Vietnam, Philippines, Malaysia, Singapore, Indonesia, Australia, New Zealand

2)

Common Procurement Vocabulary (CPV)

73200000
73220000
72221000
79400000
79410000
79411100

3)

Quantity or scope

This framework agreement will operate for a period of three years from the contract start date (with an option to extend for a further period of one year subject to the outcome of a framework performance review).


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
79411100 Business development consultancy services General management consultancy services
73220000 Development consultancy services Research and development consultancy services
73200000 Research and development consultancy services Research and development services and related 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
100 UK - All
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:
28 September 2015
Deadline date:
09 November 2015 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
25 January 2016
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.