By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

A487 Caernarfon - Bontnewydd - Consultancy Commission for Employer's Agent Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Welsh Government
Procurement Branch, Transport, CP2 Cathays Park
Contact point(s): Transport
For the attention of: Richard Osborne
CF10 3NQ Cardiff
UNITED KINGDOM
Telephone: +44 2920826286
E-mail: TP&GProcurement;@wales.gsi.gov.uk

Internet address(es):

General address of the contracting authority: http://wales.gov.uk/?skip=1⟨=en

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007

Further information can be obtained from: The Welsh Ministers
For the attention of: https://etenderwales.bravosolution.co.uk
Cardiff
UNITED KINGDOM
Telephone: +44 2920826282
Internet address: https://etenderwales.bravosolution.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Welsh Ministers
For the attention of: https://etenderwales.bravosolution.co.uk
Cardiff
UNITED KINGDOM
Telephone: +44 2920826282
Internet address: https://etenderwales.bravosolution.co.uk

Tenders or requests to participate must be sent to: The Welsh Ministers
For the attention of: https://etenderwales.bravosolution.co.uk
Cardiff
UNITED KINGDOM
Telephone: +44 2920826731
Internet address: https://etenderwales.bravosolution.co.uk

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Transport
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
A487 Caernarfon - Bontnewydd - Consultancy Commission for Employer's Agent Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Caernarfon

NUTS code UKL12

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The provision of Key Stage 3-7 Consultancy services (Employer's Agent).

The Welsh Government on behalf of the Welsh Ministers, will be conducting the PQQ element of this procurement exercise through the etenderwales portal: https://etenderwales.bravosolution.co.uk Pre-Qualification questions (PQQ) and other information must be downloaded from and returned through this portal. If you require any further assistance the BravoSolution helpdesk is available on:

E-mail: Phone: 0800 368 4850 / Fax: +44 2070600480

Note: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access eTenderwales, express your interest in this notice and access the tender documentation please visit: https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code 30791 within the appropriate area.

II.1.6)Common procurement vocabulary (CPV)

71311000, 71300000, 71318000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The provision of support to the client organisation (procuring authority) throughout the period of the works contract.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium or group of suppliers must be jointly and severally liable for the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As required in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
The bidder is established.
Minimum level(s) of standards possibly required: As required in the pre-qualification questionnaire.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As required in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.10.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
10.10.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
29.11.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
E-Tender information:

- Go to: 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 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 12:00.
How to find the PQQ:
- Once logged in you must click on ‘PQQs Open to all Suppliers'.
- The etender references for this contract are: Project_25386 and PQQ_30791.
- Click on the title to access summary details of the contract. If you are still interested in expressing an interest, click the ‘Express an Interest button'. This will move the PQQ from the ‘Open to all Suppliers' area to the ‘My PQQ's' on the home page.
- You will then see the full details of the PQQ in the qualification and technical envelopes along with any relevant documents in the ‘Attachments' area.
- Should you have any questions on the PQQ, please use the ‘Messages' area to contact the buyer directly.
(WA Ref:1807)
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:
The Welsh Government is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the successful supplier will be expected to consider opportunities to recruit and train apprentices and long term economically inactive persons as part of their workforce to deliver this project and pursue initiatives to ensure the potential benefits to the community are realised by the scheme.
The Welsh Government will require any direct or indirect community benefit associated with the scheme to be recorded.
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Official EU language(s): EN
Other:
English or Welsh.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.9.2013