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.

02 Contract Notice

European Social Fund Participants Survey

  • First published: 01 April 2016
  • Last modified: 01 April 2016

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-041235
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
01 April 2016
Deadline date:
10 May 2016
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

A 2+1 year quarterly rolling, Welsh and English language bilingual survey (primarily telephone with some face to face interviews) of up to 24,000 individuals assisted by the ESF Programme in Wales. CPV: 79311000, 73000000, 73110000, 79311000, 79311100, 79311200, 79311210.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Corporate Procurement Services, Rhydycar Business Park

Merthyr Tydfil

CF48 1UZ

UK

Telephone: +44 3000603300

E-mail: CPSProcurementAdvice@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

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

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.etenderwales.bravosolution.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.etenderwales.bravosolution.co.uk


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

European Social Fund Participants Survey

Reference number: C241/2015/2016

II.1.2) Main CPV code

79311000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A 2+1 year quarterly rolling, Welsh and English language bilingual survey (primarily telephone with some face to face interviews) of up to 24,000 individuals assisted by the ESF Programme in Wales.

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.wales/search/search_switch.aspx?ID=41235

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

73000000

73110000

79311000

79311100

79311200

79311210

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Wales

II.2.4) Description of the procurement

The aim of the contract is to provide WEFO and its partner organisations with timely, robust information on the outcomes of the European Social Fund for people across Wales. The information must be provided in an accessible format which can be shared and analysed by a wide range of stakeholders at programme, priority, specific objective, operation ‘type’ and individual operation level using a variety of evaluation methods.

The aims of the contract will be achieved through conducting the ESF Participants Survey on a quarterly rolling basis with randomly selected individuals supported by ESF and recorded as ESF participants through the WEFO participant databases.

The main objectives are:

- to achieve a minimum combined sample size (including both telephone and face-to-face interviews) of 6,000 ESF respondents annually (16-17, 17-18,18-19).

- to achieve an additional 4,000 respondents in the first survey year. This should cover participants from the last years of the 2007-13 programmes and participants from the first year of the 2014-20 programmes

- to achieve a sufficient number of responses from each operation within the sample to allow sub-group analysis at operation level. This will be required by end 2017 for some operations.

- to ensure that the telephone and face to face survey data are collected in a way that means the results can be incorporated into a single dataset, minimising any mode effects.

- to design the survey in such a way that will allow ‘boosts’ to the number of participants surveyed or additional questions for particular operations (where the design of that operation’s outcome evaluation will require a larger quantity of data and / or questions not covered by the main survey).

- to achieve a representative sample at investment priority level (which is an EC requirement) and ideally at operation level (to allow robust operation evaluations), for each of the key indicators across multiple variables (those related to gender, employment status, age, level of education and household situation - also including specific disadvantages and geographical location where relevant).

- as well as providing annual estimates, for the survey to be sufficiently representative within quarters to support estimates based on each quarter of fieldwork.

- to collect high-quality data and to achieve a response rate which is equal to or exceeds those obtained for surveys with similar designs (previous ESF surveys have achieved a response rate of 40% to 50%).

- for the survey to be based on the questionnaire used in the 2007-13 programme, but in a modular format, capable of collecting different modules of data from different groups of participants.

- to be flexible and responsive to changing policy priorities through the potential adaptation / addition of survey modules between quarterly surveys.

- to deliver final, bilingual, weighted datasets and data summaries at operation, specific objective, investment priority, priority axis and programme level within six weeks of the completion of each 4 week fieldwork period. Data summaries will be presented for responses achieved in that quarter and cumulatively for the fieldwork year.

- for the data to collected, handled and delivered in a manner which meets all requirements of the Welsh Government data sharing and data security protocols.

- for all aspects of the survey and survey outputs to meet the Welsh Language Standards, treating the Welsh Language on the basis of equality with the English Language.

The contract for the survey will be managed by the Research. Monitoring and Evaluation Team within WEFO, referred to throughout this Invitation to Tender (ITT) as ‘the Client’.

II.2.5) Award criteria

Criteria below:

Quality criterion: Understanding of the Programme, Research Aims and Requirements / Weighting: 10

Quality criterion: Proposed Research Design and Methodology / Weighting: 30

Quality criterion: Expertise and Capacity of Project Team / Weighting: 10

Quality criterion: Robustness of Approaches / Weighting: 20

Cost criterion: Cost / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 28

This contract is subject to renewal: Yes

Description of renewals:

There is also an optional 12 months contract extension, the estimated cost is including the cost for the optional contract extension. the optional 12 months extension is in addition to the 28 months initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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:

2014-2020 ESF programmes aim to promote sustainable employment, increase skills levels in the workforce and ensure young people have the best start in life.

II.2.14) Additional information

The indicative budget for the initial contract term and also the optional 12 month extension is between 400,000 and 600,000 GBP.

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

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/05/2016

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 10/05/2016

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3 years if applicable

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The indicative total budget for this contract is 400,000 to 600,000 GBP, which includes the cost the optional 12 month extension if applicable.

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_32671 and itt_52683.

- 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:41235)

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:

The Client is actively seeking community benefits within all contracts that it lets. These should be economic or social benefits that positively impact upon the citizens of Wales and can include apprenticeships, work experience, training, linking to local schools and colleges etc., to name but a few.

Bidders will be required to provide a Community Benefits plan. This is not scored but is a mandatory requirement, in line with Welsh Government policy.

VI.4) Procedures for review

VI.4.1) Review body

Welsh Government

Corporate Procurement Services, Rhydycar Business Park

Merthyr Tydfil

CF48 1UZ

UK

Telephone: +44 3000603300

Internet address(es)

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

VI.5) Date of dispatch of this notice

30/03/2016

Coding

Commodity categories

ID Title Parent category
73000000 Research and development services and related consultancy services Research and Development
73110000 Research services Research and experimental development services
79311200 Survey conduction services Survey services
79311100 Survey design services Survey services
79311000 Survey services Market research services
79311210 Telephone survey services Survey 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
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:
01 April 2016
Deadline date:
10 May 2016 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
29 June 2016
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@wales.gsi.gov.uk
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.