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

ITT WCC Organisational Development 1119

  • First published: 14 October 2019
  • Last modified: 11 March 2020

Contents

Summary

OCID:
ocds-kuma6s-096256
Published by:
Cwmpas
Authority ID:
AA0857
Publication date:
14 October 2019
Deadline date:
10 March 2020
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 79411100, 79410000, 79400000, 79411100, 73220000, 66171000, 79411000, 79221000, 79414000, 79413000, 79412000, 80510000, 79100000, 90713000, 79411100, 79400000, 79410000, 73220000, 66171000, 79411000, 79221000, 79414000, 79413000, 79412000, 80510000, 90713000, 79100000, 79411100, 79400000, 79410000, 73220000, 66171000, 79411000, 79221000, 79414000, 79413000, 79412000, 80510000, 79100000, 90713000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
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
90713000 Environmental issues consultancy services Environmental management
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
79414000 Human resources management consultancy services Business and management consultancy services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
79413000 Marketing management consultancy services Business and management consultancy services
80510000 Specialist training services Training services
79221000 Tax consultancy services Fiscal 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:
14 October 2019
Deadline date:
10 March 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Cwmpas
Publication date:
13 March 2020
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Cwmpas

About the buyer

Main contact:
info@wales.coop
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
11/03/2020 13:34
Notice Cancelled
This notice has been cancelled. The original deadline date of 11/11/2019 is no longer applicable.

Because of a challenge received from one bidder which was unsubstantiated but which nevertheless took a great deal of time and resource to answer, a large delay has been caused to the award process. The delay is so long that WCC has decided that it would be better to re-test the market, as market capability and conditions are likely to have changed in the meantime.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx711.74 KB
This file may not be accessible.
pdf
pdf436.74 KB
This file may not be accessible.
pdf
pdf707.19 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.