Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Contact person: Elliott Gordon
Telephone: +44 3000257095
E-mail: elliott.gordon@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:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.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
Technical Policy Learning and Development Dynamic Purchasing System (DPS)
Reference number: F311/2020/2021
II.1.2) Main CPV code
80500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government wishes to establish a Dynamic Purchasing System (DPS) for the development and delivery of Technical and Special Policy learning and development solutions. Technical and Specialist Policy training needs to be delivered in the following areas:
Category 1 - Behavioural insights
Category 2 - Collaboration and involvement
Category 3 - Systems and Complexity
Category 4 - Design and User-Centred Design
Category 5 - Evidence, data and analysis
Category 6 - Futures
Category 7 - Innovation and Creativity
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 7 lots
II.2) Description
Lot No: 1
II.2.1) Title
Behavioural Insights
II.2.2) Additional CPV code(s)
80500000
80300000
80400000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to the following: Behavioural Insights (BI), including psychological theories and models of behaviour; applied BI tools and techniques e.g. EAST; Randomised control trials; BI ethics; Behavioural economics, including key principles; heuristics and bias; Organisational behaviour and organisational change. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following:
- Behavioural insights
- Behavioural economics
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Collaboration and Involvement
II.2.2) Additional CPV code(s)
80500000
80300000
80400000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to the following: Collaboration – including cross-government working; collaborating with local government, private sector and other sectors. Delivery chains and mapping, collaboration models, whole system approaches, partnership working, stakeholder management; Citizen and stakeholder engagement and involvement, including models, techniques for participation, planning and implementing engagement and involvement strategies, co-production and Consultation, including public consultation and legal requirements to consult. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following
- Collaboration
- Citizen and stakeholder engagement and involvement
- Consultation
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Systems and Complexity
II.2.2) Additional CPV code(s)
80300000
80400000
80500000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to any of the following: Systems thinking, including systems theory and core concepts such as interconnectedness, synthesis, causal/feedback loops, delay, cause and effect, networks, emergence; System Dynamics (SD), including SD theory, SD modelling, systems behaviour, use of modelling software and Complexity theory, including theoretical and practical models, complex adaptive systems. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following
- Systems thinking
- System dynamics
- Complexity theory
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Design and User-centred Design
II.2.2) Additional CPV code(s)
80500000
80400000
80300000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to any of the following: Design thinking and User-centred design, including empathy mapping, problem definition, ideation, prototyping, and iteration. Models and frameworks e.g. five steps, double diamond; ambiguity and bias; user research; ethnography; user experience testing tools and techniques, including affinity mapping, customer and user journey mapping, personas, user interviews and observation techniques; Service and policy design; human and planet-centred design. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following
- Design thinking
- User-centred design
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Evidence, Data and Analysis
II.2.2) Additional CPV code(s)
80500000
80400000
80300000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to any of the following: Evidence and evidence gathering, including - types of evidence and research - sources, validity, reliability, commissioning and using evidence to evaluate impact of policies; Data, including - collection methods, types , big and open data, ethics, governance, quality, working with statistics, graphs and charts; dashboards, presentation, visualisation and reporting Analysis – tools and techniques, analysis and assessment of research and data; economics; working with economic and scientific data; AI and machine learning. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following
- Evidence and evidence gathering
- Data
- Analysis
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Futures
II.2.2) Additional CPV code(s)
80500000
80300000
80400000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to any of the following: Futures thinking – including key principles, tools and skills; forecasting and horizon scanning; working with uncertainty and ambiguity; tools and techniques for distinguishing between possible, probable and preferred futures; prediction, probability and risk; the Futures toolkit. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following
- Futures thinking and horizon scanning
- Futures toolkit
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Innovation and Creativity
II.2.2) Additional CPV code(s)
80500000
80300000
80400000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The provision of learning and development services related, but not limited, to any of the following: Innovation, including innovation theory; tools and techniques e.g. idea generation, hackathons; developing an Innovation Culture; innovating at pace; facilitating innovation; pitching; storytelling; Creativity – including creative thinking; creative problem solving, wicked problems, disruption and disruptive innovation. DPS Members on this category should have expertise and experience in delivering learning in a public policy context on at least one of the following
- Innovation
- Creativity
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension of 1 year plus 1 year (4 years total duration)
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/03/2024
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: 120 (from the date stated for receipt of tender)
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
This advert is for the development of a dynamic purchasing system. It is intended that this advert will run throughout the lifetime of the DPS. It is being put in place for an initial period of two years (April 2022 - 2024) and then has the option to extend for a further one year, and another year (total duration until April 2026). Applications from suitable suppliers will be considered throughout this time period.
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_49318 and itt_92261
- 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
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 DPS at call off stage
It is important to ensure that Framework delivery achieves Community Benefits over and above the Framework itself and also is clearly
linked to the successful Bidder’s expertise and the subject of the DPS. The expectation is that any Non-Core Community Benefits
proposal will be delivered on a cost neutral basis.
(WA Ref:107985)
The buyer considers that this contract is suitable for consortia.
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=117274
(WA Ref:117274)
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
18/01/2022