Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park
Caerdydd / Cardiff
CF10 3NQ
UK
Contact person: CPS
Telephone: +44 3000257095
E-mail: kate.smith@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://wales.gov
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Export Market Visits and Exhibition Travel
Reference number: C355/2022/2023
II.1.2) Main CPV code
63500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Client is seeking a supplier to manage the delivery of travel, accommodation and trade mission requirements.
Bidders are invited to submit Bids to be awarded the Contract for Export Market Visits and Exhibition Travel Contract.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63500000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Welsh Government is seeking to establish a single supplier contract to provide travel services and logistical support for Welsh Government staff travelling overseas for trade missions and exhibitions.
This tender exercise aims to ensure that the Welsh Government has access to the necessary support for arranging and managing the logistics of travel to and from markets and trade exhibitions. This will cover a range of activities including transport, accommodation, venue hire, in market transport and collecting the companies contribution towards their travel and accommodation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
12 months extension included
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:
07/08/2023
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
07/08/2023
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
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_53757 and itt_103425
- 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
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=107985
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 has decided to take a non-core approach to Community Benefits , this means that the Community
Benefits proposal that a
Bidder returns as part of this tender process will not be evaluated and scored but will form part of the
framework at call off stage.
The Community Benefits Policy is designed to support a number of strategic priorities in other policy areas.
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=110983
(WA Ref:110983)
The buyer considers that this contract is suitable for consortia
(WA Ref:131515)
The buyer considers that this contract is suitable for consortia bidding.
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=132396
(WA Ref:132396)
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
28/06/2023