Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Contact person: Gerrard O'Neill
E-mail: gerrard.oneill@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://gov.wales
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
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
Delivery of a National Bystander Intervention Initiative
Reference number: C096/2022/2023
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Client aims to award a 28 month contract starting in November 2022 for the delivery of an evidence and theory based National active Bystander Intervention initiative to be delivered to the general/wider public of Wales. The estimated contract value is between GBP 220,000 to GBP 230,000 exc. VAT (GBP 276,000 inc. VAT) over the initial contract term with an option to extend for a further 12 months.
The aims of the initiative will be to;
- develop individuals' skills to notice the event and enable safe bystander engagement to prevent or respond to VAWDASV. Please see Annex a – What is an active bystander
- create genuine and lasting changes in societal attitudes towards VAWDASV.
- change attitudes through increased knowledge in recognising a situation is problematic; creating a culture where individuals feel empowered and able to act when they see or hear VAWDASV.
- improve awareness of ways to identify, prevent and safely respond to VAWDASV in a number of community-based settings.
- Possessing the right skills to take action as an active bystander.
- further promote the unacceptability of all forms of VAWDASV by raising awareness of the nature of VAWDASV its consequences and associated risk factors.
- Increase understanding of the important role active bystanders play in the prevention of VAWDASV, challenging attitudes and preventing VAWDASV at an earlier stage.
The contract will be a pilot project and the first of its scale within Wales and as such learning and evaluation will determine future options for extensions and continuation of delivery.
The Client is looking to appoint a supplier or a consortium of suppliers who can demonstrate they fully understand and can meet the requirements outlined, through proven VAWDASV knowledge and experience and robust governance arrangements. For further information on consortia bids please go to section 21.1 of the specification.
The successful bidder will be required to work with the Client, VAWDASV Stakeholders and those with lived experience to continue to develop the initiative.
II.1.5) Estimated total value
Value excluding VAT:
276 000.00
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
75121000
80400000
80561000
80330000
80550000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Bidders are invited to submit Bids to be awarded the Contract for Delivery of a National Bystander Intervention Initiative. The Contract is for the delivery of the services as described in the Specification and will endure for the time period set out.
For information purposes the potential value of the initial 28 month contract term is estimated to be GBP220,000 - GBP 230,000 exc. VAT (GBP 276000 inc. VAT). The potential value of the 12 month extension if utilised is estimated to be GBP 70,000 to GBP 75,000 exc. VAT
Bidders are reminded that this procurement is being conducted under the Open Procedure in accordance with PCR 2015. Accordingly, save for any clarifications or except where the Client considers in their sole discretion that certain terms are inconsistent or redundant, the Contract is non-negotiable. Any Bid submitted which seeks to vary or alter either may be deemed non-compliant and the Bidder excluded from further participation in the Bid process.
The Contract will be for a 28 month term with a possible 12 month extension. Subject always to the procurement exercise progressing in accordance with the Client’s indicative timetable it is anticipated that the Contract will commence circa 01/11/2022.
The Client intends to conduct this procurement using the BravoSolution etenderwales portal:- https://etenderwales.bravosolution.co.uk/web/login.shtml
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 80
Price
/ Weighting:
20
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:
12 month extension option
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:
17/10/2022
Local time: 14:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/10/2022
Local time: 09:00
Place:
Home Worker's Address
Information about authorised persons and opening procedure:
Opened on a secure WG laptop by Procurement Manager
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=124631
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:
Community Benefits in a procurement context is about ensuring that wider social and economic issues are taken into account when tendering contracts, to maximise the investment as widely as possible. The Client is committed to delivering community benefits throughout Wales via its sourcing activity.
Community Benefits will be a non-Core requirement and will not form part of the evaluation criteria. However, submission of a non-Core Community Benefits proposal will be a condition of a compliant bid.
Non-Core Community Benefits proposals should be planned on a cost neutral basis.
The successful Contractors will be required to implement the Community Benefits proposals once agreed with the Client.
(WA Ref:124631)
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
09/09/2022