Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Sova
57-59 St. Mary Street
Cardiff
CF10 1FE
UK
Telephone: +44 2920495281
E-mail: ace@sova.org.uk
NUTS: UKL
Internet address(es)
Main address: http://www.sova.org.uk/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA20420
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Sova ACE Preferred Providers Framework
Reference number: C80930
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Sova - Achieving Change through Employment (ACE) / Cyflawni Newidiadau drwy ddod o hyd i waith project is an ESF funded project designed to support individuals from a BAME and Migrant background across the West Wales & the Valleys Area, with outcomes around the development of employability skills, entering employment and sustained employment.
II.1.5) Estimated total value
Value excluding VAT:
10 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The purpose of this procurement exercise is to create a preferred providers list of training providers, who will deliver quality services to participants, provide good value for money for the project and make it easier for delivery staff to identify the training opportunities in their area available for participants.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/05/2016
End:
01/02/2019
This contract is subject to renewal: Yes
Description of renewals:
Renewals or extensions will be subject to additional funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
C80930
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 20
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 097-173362
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/03/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
29/03/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
29/11/2019
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
We will periodically re-advertise the opportunity to join the framework so that we are able to broaden the variety of training/learning opportunities being offered to project participants.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=61315.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:61315)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
Sova
57-59 St. Mary Street
Cardiff
CF10 1FE
UK
Telephone: +44 2920495281
VI.5) Date of dispatch of this notice
18/01/2017