Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Transport Procurement, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000604400
E-mail: transportprocurement@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
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
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
Other: Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for Specialist Rail Consultancy Services
II.1.2) Main CPV code
71311200
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Ministers are seeking to enter into a Framework Agreement with more than one provider (a maximum of 6) for 4 years. Providers shall be required to provide suitably qualified professional and technical staff in the provision of key deliverables, under the following main areas:
(i) Welsh Transport Appraisal Guidance (WelTAG);
(ii) Commercial support;
(iii) Rail Industry intelligence (connections with DfT desirable);
(iv) Operational knowledge of transport interchanges;
(v) Funding and finance models;
(vi) Active Travel;
(vii) Government Business Case Development Process (SoC, OBC and FBC);
(viii) Any other Rail related tasks.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66171000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Ministers are seeking to enter into a Framework Agreement with more than one provider (a maximum of 6) for 4 years. Providers shall be required to provide suitably qualified professional and technical staff in the provision of key deliverables, under the following main areas:
- Welsh Transport Appraisal Guidance (WelTAG);
- Commercial support;
- Rail Industry intelligence (connections with DfT desirable);
- Operational knowledge of transport interchanges;
- Funding and finance models;
- Active Travel;
- Government Business Case Development Process (SoC, OBC and FBC);
- Any other Rail related tasks.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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.1.3) 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: 6
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:
18/03/2019
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/03/2019
Local time: 12:00
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=89659
(WA Ref:89659)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000604400
Internet address(es)
URL: http://wales.gov.uk/?skip=1&lang=en
VI.5) Date of dispatch of this notice
13/02/2019