Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Dwr Cymru
Pentwyn Road, Nelson
Treharris
CF46 6LY
UK
Contact person: Scott Carter
Telephone: +44 1234567890
E-mail: scott.carter@dwrcymru.com
NUTS: UK
Internet address(es)
Main address: https://www.dwrcymru.com
Address of the buyer profile: https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
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://dwrcymru-welshwater.bravosolution.co.uk/web/login.html
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DCC Competency Programmes
Reference number: DCWW/365/2017
II.1.2) Main CPV code
65130000
II.1.3) Type of contract
Services
II.1.4) Short description
The introduction of progression in role (a competency framework) training programme across Welsh Water requires all members of staff to demonstrate both role competency and continuous improvement through the acquisition of knowledge and skills relevant to their roles.
The competency programmes are designed to support Welsh Water in achieving and demonstrating compliance with all legislative, regulatory and industry competency requirements as required and defined by the Water Industry Competent Operator Scheme (COS).
DCC’s competency programmes provide the means by which an individual’s competency in a role is measured and highlights areas which require development. DCC’s existing competency framework, consisting of the delivery of training followed by assessment, has been successfully introduced across the business for the following roles:
— Water Production Technician,
— Wastewater Process Operator,
— Water Distribution Inspector,
— Wastewater Networks Operator,
— Wastewater Process.
II.1.5) Estimated total value
Value excluding VAT:
750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80511000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKL — Wales And Hereford
II.2.4) Description of the procurement
The introduction of progression in role (a competency framework) training programme across Welsh Water requires all members of staff to demonstrate both role competency and continuous improvement through the acquisition of knowledge and skills relevant to their roles.
The competency programmes are designed to support Welsh Water in achieving and demonstrating compliance with all legislative, regulatory and industry competency requirements as required and defined by the Water Industry Competent Operator Scheme (COS).
DCC’s competency programmes provide the means by which an individual’s competency in a role is measured and highlights areas which require development. DCC’s existing competency framework, consisting of the delivery of training followed by assessment, has been successfully introduced across the business for the following roles:
— Water Production Technician,
— Wastewater Process Operator,
— Water Distribution Inspector,
— Wastewater Networks Operator,
— Wastewater Process.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
The framework will run for an initial period of 3 years, with an option to extend annually for a further 2 years (3 + 1 + 1) at the sole discretion of DCC.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The framework will run for an initial period of 3 years, with an option to extend annually for a further 2 years (3 + 1 + 1) at the sole discretion of DCC.
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
14/06/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/10/2019
IV.2.7) Conditions for opening of tenders
Date:
26/07/2019
Local time: 12:00
Information about authorised persons and opening procedure:
Scott Carter Procurement — opened Via DCC Welsh Water Bravo Portal.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years max 3 year minimum.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Dŵr Cymru Cyfyngedig
Pentwyn Road, Nelson
Treharris
CF46 6LY
UK
Telephone: +44 1443425300
E-mail: scott.carter@dwrcymru.com
Internet address(es)
URL: www.dwrcymru.com
VI.5) Date of dispatch of this notice
07/06/2019