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

Secure Data Collection - IT Development

  • First published: 24 September 2015
  • Last modified: 24 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-033309
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
24 September 2015
Deadline date:
26 October 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Welsh Government collects different sets of statutory pupil and institutional level data, from maintained schools and other educational settings in Wales, at set points throughout the academic year. The format for these datasets is as xml file outputs from school MIS, submitted through Local Authorities to the Welsh Government via the secure, browser-based data transfer system, Data Exchange Wales initiative (DEWi), which feeds into the database and analysis system DEWi SD. DEWi and DEWi SD are managed by the WG who owns the intellectual property rights. The Welsh Government wishes to establish a two lot framework. Lot 1 will be awarded to a single supplier and will provide for for the maintenance, support and development of the secure, browser-based data transfer system. Lot 2 of the framework will have the scope to encompass other IT and software needs which are likely to include, but not be limited to, development of systems for xslt validation, xsd schemas and xslt build of summary reports. These systems are likely to use Microsoft .Net architecture (C#) to develop ASP applications using SQL databases. A maximum number of 3 suppliers will be awarded a place on lot 2 and any requirements arising under this lot will be subject to competition. 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 4852 Full information in accessing the portal is found in Section VI.3. of this notice. CPV: 72314000, 72800000, 72810000, 72150000, 64216110, 72212780, 72212781, 48612000, 48780000, 48781000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Welsh Government

Government Buildings, CP2 Cathays Park

Cardiff

CF10 3NQ

UK

Department for Education and Skills

Claire Horton

+44 2920821703





www.etenderwales.bravosolution.co.uk

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

Checked box
Unchecked 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

Secure Data Collection - IT Development

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

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

Wales



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

3

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Welsh Government collects different sets of statutory pupil and institutional level data, from maintained schools and other educational settings in Wales, at set points throughout the academic year. The format for these datasets is as xml file outputs from school MIS, submitted through Local Authorities to the Welsh Government via the secure, browser-based data transfer system, Data Exchange Wales initiative (DEWi), which feeds into the database and analysis system DEWi SD. DEWi and DEWi SD are managed by the WG who owns the intellectual property rights.

The Welsh Government wishes to establish a two lot framework. Lot 1 will be awarded to a single supplier and will provide for for the maintenance, support and development of the secure, browser-based data transfer system. Lot 2 of the framework will have the scope to encompass other IT and software needs which are likely to include, but not be limited to, development of systems for xslt validation, xsd schemas and xslt build of summary reports. These systems are likely to use Microsoft .Net architecture (C#) to develop ASP applications using SQL databases. A maximum number of 3 suppliers will be awarded a place on lot 2 and any requirements arising under this lot will be subject to competition.

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 4852 Full information in accessing the portal is found in Section VI.3. of this notice.

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=33309

II.1.6)

Common Procurement Vocabulary (CPV)

72314000
72800000
72810000
72150000
64216110
72212780
72212781
48612000
48780000
48781000

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

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

48

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


Details to be provided will be listed in the invitation to tender documents

III.2.2)

Economic and financial capacity




Details to be provided will be listed in the invitation to tender documents


III.2.3)

Technical capacity




Details to be provided will be listed in the invitation to tender documents


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

C075/2015/16

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

 26-10-2015  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


VI.2)

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

No



VI.3)

Additional Information

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.

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_31251 and ITT_49794

- 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:33309)

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:

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:

Require contractor to consider if there are opportunities for apprenticeship / mentoring through the lifetime of the contract let under lot 1 of the framework. Possible community benefits arising in relation to contractual opportunities under lot 2 of the framework will be examined on a contract by contract basis.

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

 24-09-2015

ANNEX B

Information About Lots

1     Secure Data Collection

1)

Short Description

Maintenance, support and development of the secure, browser-based data transfer system, Data Exchange Wales initiative (DEWi), which feeds into the database and analysis system DEWi SD. DEWi is used to transfer personal data from schools, local authorities and other partner organisations to Welsh Government’s Department for Education and Knowledge & Analytical Services.

2)

Common Procurement Vocabulary (CPV)

72314000
72800000
72810000
72150000
64216110
72212781
48612000
48780000
48781000

3)

Quantity or scope

The contract to fulfil requirements under lot 1 of the framework will be awarded to a single supplier


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     IT Development

1)

Short Description

This lot will encompass IT and software developments not always related to data collections within the Department for Education or Knowledge & Analytical Services of the Welsh Government. Requirements under this lot will be awarded via mini competition between suppliers achieving a place on lot 2 of the framework.

2)

Common Procurement Vocabulary (CPV)

72314000
72800000
72810000
72150000
64216110
72212781
48612000
48780000
48781000

3)

Quantity or scope

Lot 2 will be limited to a maximum of 3 suppliers.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
72810000 Computer audit services Computer audit and testing services
72314000 Data collection and collation services Data-processing services
48612000 Database-management system Database systems
64216110 Electronic data exchange services Electronic message and information services
72212781 System management software development services Programming services of application software
48781000 System management software package System, storage and content management software package
72212780 System, storage and content management software development services Programming services of application software
48780000 System, storage and content management software package Software package utilities

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:
24 September 2015
Deadline date:
26 October 2015 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
11 December 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.