Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Cathays Park
Cardiff
CF10 3NQ
UK
E-mail: ICTProcurement@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cadw Business Management System
Reference number: C356/2019/2020
II.1.2) Main CPV code
72212110
II.1.3) Type of contract
Services
II.1.4) Short description
Cadw is the Welsh Government’s historic environment service working for an accessible and well protected historic environment for Wales. In order to support this work Cadw operates a range of commercial functions including staffed visitors centres at 25 monuments across Wales attracting over 1.2 million visitors per year.
Cadw generates between 80-90% of its income through admissions and retail. There is significant potential for this figure to grow if the communications and retail technology underpinning its business operations are upgraded.
Over the last few years Cadw has invested in a number of tactical digital initiatives to assist with improving customer experience and ultimately increasing revenue. Whilst there has been a year on year increase in revenue, the tactical nature of the initiatives has led to a disparate ecosystem with limited integration across its retail, membership, event booking and financial operations.
Cadw has initiated a programme to look at simplification of the ecosystem whilst ensuring limited impact to ongoing business operations. So far a requirements and discovery phase has been completed and the output of the discovery phase forms the aims and objectives.
Cadw wish to partner with a supplier that can deliver the technology and service wrap that will enable it to become a true multi-channel vendor and extend its reach to new and existing customers.
An overview of the project will be presented at an on-line supplier briefing session on Monday 9th November 2020 at 1:00 PM. Please refer to the ITT document in etenderwales for registration information.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72212110
48110000
66151100
55900000
30144200
30123100
48445000
48480000
48481000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The supply of an complete e-Point of Sale (e-POS) Business Management System including the provision of supply, hardware, installation, testing, training, software licencing and full service support of an on-site ePOS system for 26 sites across Wales.
The ePOS system should integrate with an online ticketing platform, an integrated online shop and a membership platform.
Essential Requirements
Each of the following are a mandatory requirement and should be maintained for the duration of the contract:
- Cyber Essentials – the Supplier must hold Cyber Essentials Certification as a minimum.
- ISO27001 – or ability to evidence adequate security controls and documentation
- The Supplier’s solution must follow Web Content Accessibility Guidelines, specifically, all digital materials must conform to the standard of WCAG2.1 – Level AA
- The Supplier’s solution must hold valid accreditation with Worldpay and all Payment systems must be compliant to Payment Card Industry (PCI) Data Security Standard and SCA Regulations.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical - for details of all Criteria, please refer to the ITT documents
/ Weighting: 60
Cost criterion: Commercial - for details of all Criteria, please refer to the ITT
/ Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Two periods of 12 months (6 year total duration)
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:
No
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
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:
08/12/2020
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:
08/12/2020
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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.
- 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 14:00. Late bids will not be accepted.
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_45630 and itt_83922
- 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.
- 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.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=105095
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:
In relation to the Contract the Client wants Bidders to focus on the following Community Benefits:
Training and recruitment opportunities for:
-Apprenticeship Schemes
-Training Opportunities for existing Staff
-Educational and Information events e.g. Job Fairs, Universities
Bidders should consider opportunities for recruiting and training the above groups as part of the workforce delivering the Contract.
Other priority areas are:
-Supply chain opportunities
-Retention and training for the existing workforce
-Promotion of Environmental Benefits
-Promotion of Social Businesses
-Contributions to Education- Numeracy, Literacy and STEM subjects (Science, Technology, Engineering and Maths subjects)
(WA Ref:105095)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
03/11/2020