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

Export Services Framework

  • First published: 07 October 2019
  • Last modified: 07 October 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-092440
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
07 October 2019
Deadline date:
07 November 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Welsh Government has a suite of Trade Support Programmes which aim to support the internationalisation of Welsh businesses. Two of these programmes are International Trade Development (ITD) and International Trade Opportunities (ITO). This tender exercise aims to ensure that the Welsh Ministers (herein after referred to as the Client) has access to a network of motivated experts to provide high quality international trade advice, business support and other related services to new and existing exporters across all regions of Wales. Lot 1 of the Framework agreement will cover ITD which requires the successful tenderers to provide assistance to companies on a 1-1 basis to help develop their capabilities for exporting. Lot 2 - 8 of the Framework agreement will cover ITO and will be split into 7 regions. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets. CPV: 73200000, 73200000, 73220000, 72221000, 79410000, 79411100, 73200000, 73220000, 72221000, 79410000, 79411000, 73200000, 73220000, 72221000, 79410000, 79411000, 73200000, 73220000, 72221000, 79410000, 79411000, 73200000, 73220000, 72221000, 79410000, 79411000, 73200000, 73220000, 72221000, 79410000, 79411000, 73200000, 73220000, 72221000, 79410000, 79411000, 73200000, 73220000, 72221000, 79410000, 79411000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000604400

E-mail: CPSProcurementAdvice@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.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:

https://etenderwales.bravosolution.co.uk/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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

Export Services Framework

Reference number: F440/2018/2019

II.1.2) Main CPV code

73200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Welsh Government has a suite of Trade Support Programmes which aim to support the internationalisation of Welsh businesses. Two of these programmes are International Trade Development (ITD) and International Trade Opportunities (ITO). This tender exercise aims to ensure that the Welsh Ministers (herein after referred to as the Client) has access to a network of motivated experts to provide high quality international trade advice, business support and other related services to new and existing exporters across all regions of Wales.

Lot 1 of the Framework agreement will cover ITD which requires the successful tenderers to provide assistance to companies on a 1-1 basis to help develop their capabilities for exporting.

Lot 2 - 8 of the Framework agreement will cover ITO and will be split into 7 regions. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

II.1.5) Estimated total value

Value excluding VAT: 7 000 000.00  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

International Trade Development (ITD)

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 of the Framework agreement will cover ITD which requires the successful tenderers to provide assistance to companies on a 1-1 basis to help develop their capabilities for exporting.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 2

II.2.1) Title

International Trade Opportunities (ITO) - Western Europe

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 of the Framework agreement will cover ITO for Western Europe - Ireland, Belgium, Netherlands, Luxembourg, Denmark, Sweden, Norway, Finland, Iceland, France, Germany, Italy, Spain, Portugal, Austria, Switzerland. The successful tenderers will be required to assist companies in identifying export opportunities in a range of

overseas markets.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 3

II.2.1) Title

International Trade Opportunities (ITO) - Central Europe, Eastern Europe & Russia

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 of the Framework agreement will cover ITO for Central Europe, Eastern Europe & Russia – Russia, Ukraine, Czech Republic, Poland, Romania, Turkey, Hungary, Slovakia, Slovenia, Bulgaria, Lithuania, Latvia, Estonia, Greece. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 4

II.2.1) Title

International Trade Opportunities (ITO) - Middle East & Africa

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 4 of the Framework agreement will cover ITO for Middle East & Africa – Saudi Arabia, Bahrain, Qatar, Kuwait, Egypt, Oman, UAE, South Africa. the successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 5

II.2.1) Title

International Trade Opportunities (ITO) - Americas

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 5 of the Framework agreement will cover ITO for Americas – USA, Canada, Mexico, Brazil, Argentina, Chile. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 6

II.2.1) Title

International Trade Opportunities (ITO) - India.

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 6 of the Framework agreement will cover ITO for India. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 7

II.2.1) Title

International Trade Opportunities (ITO) - Asia Pacific 1

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 7 of the Framework agreement will cover ITO for Asia Pacific 1 – China, Taiwan, Hong Kong. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas markets.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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

Lot No: 8

II.2.1) Title

International Trade Opportunities (ITO) - Asia Pacific 2

II.2.2) Additional CPV code(s)

73200000

73220000

72221000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 8 of the Framework agreement will cover ITO for Asia Pacific 2 – Japan, South Korea, Thailand, Vietnam, Philippines, Malaysia, Singapore, Indonesia, Australia, New Zealand. The successful tenderers will be required to assist companies in identifying export opportunities in a range of overseas market.

The top 3 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on the Lot of this framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 3 suppliers being awarded to the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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:

Potential 12 month extension period.

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 111-272153

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/11/2019

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 07/11/2019

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Decision will be taken on recurrence during the life of this framework.

VI.3) Additional information

All Contract values listed are potential estimated values for the duration of the framework. Please see tender documents for more

information.

During the period of the Framework the Client may include additional markets to a lot. The successful supplier(s) will be informed of this variation via a Change Control Notice. The variation will only constitute a change in the market and not the value of the Framework/Contract.

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=95565

(WA Ref:95565)

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 3000255720

Internet address(es)

URL: http://wales.gov.uk/?skip=1&lang=en

VI.5) Date of dispatch of this notice

04/10/2019

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
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
79411000 General management consultancy services Business and management consultancy services
73200000 Research and development consultancy services Research and development services and related consultancy 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
100 UK - All
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:
12 June 2019
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
07 October 2019
Deadline date:
07 November 2019 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
14 May 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.