Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
Southgate House, Wood Street
Cardiff
CF10 1EW
UK
Telephone: +44 2921673434
E-mail: Procurement@transportfor.wales
NUTS: UKL
Internet address(es)
Main address: https://tfw.gov.wales/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
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://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport for Wales
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement Support and Development Services
II.1.2) Main CPV code
79418000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of procurement support and development services for a range of ongoing and upcoming projects for Transport for Wales.
II.1.5) Estimated total value
Value excluding VAT:
900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79400000
79410000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Cardiff Capital Region
II.2.4) Description of the procurement
Transport for Wales (TfW) requires an organisation to provide training and management support for the in-house procurement team.
These services are to include:
- Working with TfW to form an efficient and effective procurement team;
- Providing expert advice and producing documentation for the procurement of approximately four multi-million pound procurements using the public contracts regulations;
- Assist in the development of TfW procurement strategy, template documents and process flow to ensure all procurement deliver on the vision of the company.
Please refer to the tender documents for the full scope of services required.
II.2.5) Award criteria
Criteria below:
Quality criterion: Relevant Experience
/ Weighting: 14
Quality criterion: Staff Structure & Competencies
/ Weighting: 21
Quality criterion: Delivery Plan
/ Weighting: 21
Quality criterion: Approach to Sustainability & Community Benefits
/ Weighting: 7
Quality criterion: Technical Expertise
/ Weighting: 7
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
12 + 12 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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/05/2018
Local time: 12:00
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: 24 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/05/2018
Local time: 12:00
Place:
Sell2Wales Postbox (will be unlocked once tender submission deadline has passed)
Information about authorised persons and opening procedure:
Sell2Wales Postbox opening will be witnessed by a TfW Director.
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=80036.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:80036)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
Transport for Wales
Southgate House, Wood Street
Cardiff
CF10 1EW
UK
Telephone: +44 2921673434
Internet address(es)
URL: https://tfw.gov.wales/
VI.5) Date of dispatch of this notice
29/03/2018