Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Welsh Government
  Corporate Procurement Services, Cathays Park
  Cardiff
  CF10 3NQ
  UK
  
            Contact person: Sara Humber
  
            Telephone: +44 3000253718
  
            E-mail: MIMEducation@gov.wales
  
            NUTS: UKL
  Internet address(es)
  
              Main address: https://gov.wales/?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/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Welsh Education Partnership - Strategic Partnering Delivery Model
            Reference number: C106/2019/2020
  II.1.2) Main CPV code
  80000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Welsh Government is seeking to procure a Private Sector Delivery Partner to form a joint venture company to deliver education infrastructure including schools and colleges plus any associated community facilities in Wales, under a strategic partnering agreement.
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 500 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45214000
    45214500
    39162000
    80000000
    30000000
    39000000
    39160000
    45214210
    45214220
    45214300
    45214310
    45214320
    50700000
    66515200
    71000000
    71200000
    71540000
    71300000
    71400000
    71500000
    71600000
    71700000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Welsh Government ("WG") is procuring a Private Sector Delivery Partner ("PSDP") to form a joint venture company to deliver education infrastructure including schools and colleges plus any associated community facilities in Wales. The successful PSDP and a subsidiary of the Development Bank of Wales ("WGCo") will be required to form a new Welsh Education Partnership Company ("WEPCo") vehicle, which will deliver infrastructure services to WG, local authorities and further education institutions in Wales (the "Participants").
    The Participants and WEPCo will enter into a Strategic Partnering Agreement ("SPA"). Under the SPA, WEPCo will be required to provide partnering services to the Participants, including (i) project development and delivery; and (ii) supply chain assembly and management. The initial term of the partnering arrangement will be ten (10) years, with an optional five (5) year extension.
    WEPCo will have the sole and exclusive right for the term of the SPA to nominate a subsidiary of the PSDP (being a special purpose vehicle in which the PSDP holds the majority of voting rights, or a wholly owned subsidiary of such company (a "Project Co")) to deliver 21st Century Schools and Colleges (Band B) Mutual Investment Model ("MIM") projects, provided that the relevant criteria in the SPA are met. Approved MIM projects will be developed by WEPCo but delivered by the Project Co, which will enter into a project agreement with the relevant Participant to deliver the relevant MIM project. The project agreement for education sector MIM projects will be based on templates contained within the SPA.
    Participants will also be able to request that WEPCo, or a nominated wholly owned subsidiary of WEPCo, provide other project services such as the delivery of design and build capital projects for education or associated community facilities under the SPA, provided that the relevant criteria in the SPA are met. WEPCo and/or its subsidiaries shall enter into all required agreements for the delivery of capital projects and/or FM services directly with the relevant Participant, which in the case of education sector capital projects shall be substantially in the form of a template design and build development agreement set out in the SPA.
    The PSDP will be required to enter into a form of shareholders' agreement which is substantially in the form of the template form of WEPCo Shareholders' Agreement set out in the SPA with WGCo to establish WEPCo. For MIM projects, Project Co, the PSDP and WGCo will also be required to enter into a form of shareholders' agreement which is substantially in the form of the template form of Project Co shareholders' agreement set out in the SPA to establish the relevant Project Co.
    Further details regarding this programme will be provided at the bidders' day described in section VI.3 and are contained in the relevant procurement documents, including the Selection Questionnaire and the Descriptive Document, which can be accessed at: https://etenderwales.bravosolution.co.uk/web/login.shtml
    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: 
			1 500 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 120
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 3
    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
  List and brief description of selection criteria:
  Please refer to the Descriptive Document dated 08/07/2019 and the Selection Questionnaire dated 08/07/2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
Minimum level(s) of standards required:
  Please refer to the Descriptive Document dated 08/07/2019 and the Selection Questionnaire dated 08/07/2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Please refer to the Descriptive Document dated 08/07/2019 and the Selection Questionnaire dated 08/07/2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
Minimum level(s) of standards required:
  Please refer to the Descriptive Document dated 08/07/2019 and the Selection Questionnaire dated 08/07/2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
 
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
  Competitive dialogue
  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 124-302925
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              09/09/2019
  
                Local time: 14:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              21/10/2019
  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
  
                Tender must be valid until:
                31/12/2020
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
A bidders' day relating to the procurement described in section II.2.4 will be held on 18/07/2019 at Voco St David's Hotel Cardiff, Havannah Street, Cardiff CF10 5SD. The relevant documents, which should be accessed in advance of the bidders' day, including the Selection Questionnaire and Descriptive Document, can be accessed at: https://etenderwales.bravosolution.co.uk/web/login.shtml. To confirm your place, please register online at https://www.eventbrite.com/e/education-strategic-partner-procurement-market-information-day-tickets-63976860512.
A list of the public sector entities, other than WG, which will become party to the Strategic Partnering Agreement (“SPA”) are listed in the Descriptive Document, which is available at: https://etenderwales.bravosolution.co.uk/web/login.shtml.
The calculation of the estimated value stated in section II.1.5 and section II.2.6 has been based on the total amount payable for Partnering Services and Project Services (each as defined in the SPA), net of VAT, as estimated by WG. For the avoidance of doubt, in the case of Project Services, this includes revenue payments for the term of Approved Projects (as defined in the SPA) and does not represent the capex value.
The estimated date of dispatch of the invitations to participate stated in section IV.2.3 is subject to the relevant internal approvals within WG being obtained before that date.
WG will not be responsible for any costs arising as a result of responding to this contract 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=93547
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:
Please refer to the Descriptive Document and the Selection Questionnaire which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml.
(WA Ref:93547)
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
09/07/2019