Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wales Co-operative Centre
Y Borth, 13 Beddau Way
Caerphilly
CF83 2AX
UK
Telephone: +44 3001115050
E-mail: info@wales.coop
Fax: +44 3001115051
NUTS: UKL
Internet address(es)
Main address: www.wales.coop
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0857
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:
www.sell2wales.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Business Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ITT WCC Organisational Development 1119
Reference number: ITTWCC1119
II.1.2) Main CPV code
79411100
II.1.3) Type of contract
Services
II.1.4) Short description
1.2. The WCC requires the services of Suppliers to provide specialist consultancy services to them and their clients i.e. Social Businesses who wish to grow, which will be provided in the local geographic area (Tenderers will indicate what areas they can provide the service in their technical response - Appendix 2). Depending on future funding the WCC may also require organisations to provide some specialist consultancy services to new start social businesses, social care co-operatives and housing co-operatives.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
North Wales
II.2.2) Additional CPV code(s)
79411100
79400000
79410000
73220000
66171000
79411000
79221000
79414000
79413000
79412000
80510000
90713000
79100000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales - Gwynedd, Isle of Anglesey, Conwy, Flintshire, Wrexham
II.2.4) Description of the procurement
1.2. The WCC requires the services of Suppliers to provide specialist consultancy services to them and their clients i.e. Social Businesses who wish to grow, which will be provided in the local geographic area. Depending on future funding the WCC may also require organisations to provide some specialist consultancy services to new start social businesses, social care co-operatives and housing co-operatives
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/01/2020
End:
31/12/2022
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement is offered on a 3 years basis with the option to extend for a further year
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
Lot No: 2
II.2.1) Title
South East Wales
II.2.2) Additional CPV code(s)
79410000
79400000
79411100
73220000
66171000
79411000
79221000
79414000
79413000
79412000
80510000
79100000
90713000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Bridgend, Rhondda Cynon Taff, Merthyr, Caerphilly, Cardiff, Vale of Glamorgan, Blaenau Gwent, Torfaen, Monmouth, Newport
II.2.4) Description of the procurement
1.2. The WCC requires the services of Suppliers to provide specialist consultancy services to them and their clients i.e. Social Businesses who wish to grow, which will be provided in the local geographic area. Depending on future funding the WCC may also require organisations to provide some specialist consultancy services to new start social businesses, social care co-operatives and housing co-operatives.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/01/2020
End:
31/12/2022
This contract is subject to renewal: Yes
Description of renewals:
This framework is let for 3 years with an option to extend for a further 1 year
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
Lot No: 3
II.2.1) Title
South West and Mid Wales
II.2.2) Additional CPV code(s)
79411100
79400000
79410000
73220000
66171000
79411000
79221000
79414000
79413000
79412000
80510000
79100000
90713000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Pembroke, Carmarthen, Swansea, Neath Port Talbot, Ceredigion, Powys
II.2.4) Description of the procurement
1.2. The WCC requires the services of Suppliers to provide specialist consultancy services to them and their clients i.e. Social Businesses who wish to grow, which will be provided in the local geographic area. Depending on future funding the WCC may also require organisations to provide some specialist consultancy services to new start social businesses, social care co-operatives and housing co-operatives.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/01/2020
End:
31/12/2022
This contract is subject to renewal: Yes
Description of renewals:
This framework is awarded for 3 years with the option to extend for 1 year
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
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Certain sub lots require membership of professional bodies, please see tender documents for details
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.1.3) 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: 50
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:
11/11/2019
Local time: 12:00
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:
11/11/2019
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=96256.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:96256)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Wales Co-operative Centre
Y Borth, 13 Beddau Way
Caerphilly
CF83 2AX
UK
Telephone: +44 3001115050
Fax: +44 3001115051
Internet address(es)
URL: www.wales.coop
VI.5) Date of dispatch of this notice
11/10/2019