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

5G Solutions Architect & Technology Consultancy

  • First published: 17 May 2021
  • Last modified: 17 May 2021
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

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-110341
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
17 May 2021
Deadline date:
02 June 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The aim of this contract is provide specialist 5G Solutions Architecture and technology consultancy services to ensure the successful delivery of the programme. The key services required are: 1. Solutions Architect expert consultancy 2. Technological consultancy 3. Development and Delivery consultancy support The objectives of this contract are to support the delivery of 5G Wales Unlocked by leading on all aspects of the solution architecture implementation for the project. This will involve working closely with all project partners (large and small private sector technology partners, university researchers, local and national government) ensuring integrated technology solutions are in place to explore novel opportunities presented by harnessing 5G technology in rural use cases. The supplier will be responsible for leading on the successful delivery of the use cases. CPV: 71316000, 71316000, 72224000, 79410000, 72000000, 72220000, 72590000, 72700000, 32420000, 32400000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000257095

E-mail: ICTProcurement@gov.wales

NUTS: UKL

Internet address(es)

Main address: https://gov.wales/

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

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

5G Solutions Architect & Technology Consultancy

Reference number: C310/2020/2021

II.1.2) Main CPV code

71316000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The aim of this contract is provide specialist 5G Solutions Architecture and technology consultancy services to ensure the successful delivery of the programme. The key services required are:

1. Solutions Architect expert consultancy

2. Technological consultancy

3. Development and Delivery consultancy support

The objectives of this contract are to support the delivery of 5G Wales Unlocked by leading on all aspects of the solution architecture implementation for the project. This will involve working closely with all project partners (large and small private sector technology partners, university researchers, local and national government) ensuring integrated technology solutions are in place to explore novel opportunities presented by harnessing 5G technology in rural use cases. The supplier will be responsible for leading on the successful delivery of the use cases.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71316000

72224000

79410000

72000000

72220000

72590000

72700000

32420000

32400000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This project is a pathfinder for a National 5G Programme in Wales, to support the wider 5GUK ecosystem and help position Wales as a global leader in the development, delivery and use of 5G. The project will deliver infrastructure and innovation in Blaenau Gwent and Monmouthshire with projects cutting across Tourism, the Rural Economy and Transport.

Work has been ongoing to establish the use cases and the programme is now beginning its delivery phase. The Welsh Government is undertaking a procurement exercise to award a contract to a supplier to provide 5G Solutions Architecture and Technology Consultancy services to drive forward the delivery of the programme from June 2021 through to its completion in March 2022.

The aim of this contract is provide specialist 5G Solutions Architecture and technology consultancy services to ensure the successful delivery of the programme. The key services required are:

1. Solutions Architect expert consultancy

2. Technological consultancy

3. Development and Delivery consultancy support

The objectives of this contract are to support the delivery of 5G Wales Unlocked by leading on all aspects of the solution architecture implementation for the project. This will involve working closely with all project partners (large and small private sector technology partners, university researchers, local and national government) ensuring integrated technology solutions are in place to explore novel opportunities presented by harnessing 5G technology in rural use cases. The supplier will be responsible for leading on the successful delivery of the use cases.

The supplier will therefore be required to translate customer needs and business requirements in to the technology solutions required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The contract will have an optional extension period of up to 6 months.

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

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 212-520548

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

Date: 02/06/2021

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: 02/06/2021

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Invitation to Tender (ITT) documentation can be accessed via eTenderWales: 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.

The User who performs the Registration becomes the Super User for the Organisation.

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 e-mail address that was specified in the User Details section of the Registration page.

HOW TO FIND THE ITT:

Once logged in you must click on ‘ITTs Open to all Suppliers’.

The etender references are:

project_47166

itt_87206

Click on the title to access summary details of the ITT. 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.

If you have any queries regarding the tender please message using the eTenderWales message portal. Messages sent via e-mail or telephone enquiries will not be responded to.

If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.

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=110341

(WA Ref:110341)

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

17/05/2021

Coding

Commodity categories

ID Title Parent category
79410000 Business and management consultancy services Business and management consultancy and related services
72700000 Computer network services IT services: consulting, software development, Internet and support
72590000 Computer-related professional services Computer-related services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
32420000 Network equipment Networks
32400000 Networks Radio, television, communication, telecommunication and related equipment
72224000 Project management consultancy services Systems and technical consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
71316000 Telecommunication consultancy services Consultative engineering and construction services

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport

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.

About the buyer

Main contact:
ICTProcurement@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.