:Enhancing leadership management skills & programme evaluation.

Contract notice

Services

Section I: Contracting authority

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

WG DCELLS - Skills, HE & Lifelong Learning
Ty Afon, Bedwas Road, Caerphilly
For the attention of: Sion Meredith
CF83 8WT Bedwas
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
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:
Enhancing leadership management skills & programme evaluation.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
Main place of performance: UKL.

NUTS code UKL

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

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 375 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Welsh Government (WG), on behalf of the Welsh Ministers wishes to invite interested parties to bid to undertake an evaluation of the Enhancing Leadership Management Skills (ELMS) Programme, a programme part-funded by the European Social Fund (ESF) being delivered in both convergence and competitiveness areas of Wales.
The evaluation will seek to inform WG on how effectively the programme has been planned, designed and implemented as well as the impact and effectiveness of the programme with regard to its stated aim and objectives.

The Welsh Assembly Government, on behalf of the Welsh Ministers, will be conducting this procurement exercise through the etenderwales portal https://etenderwales.bravosolution.co.uk Tender documents and other information must be downloaded from and returned through this portal. If you require any further assistance the BravoSolution helpdesk is available on:

Email: Phone: +44 8003684850/ Fax: +44 2070600480.

Full information in accessing the portal is found in Section VI.3.
II.1.6)Common procurement vocabulary (CPV)

73000000

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
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 45 (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
The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment terms will be indicated in the contract documents. Tenders to be priced in Sterling. Payment to be made in Sterling only.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
No special legal form required but joint and several liability to be assumed by all group bidders before acceptance.
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: (a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection;
Companies expressing an interest must complete the online questionnaire by 24.10.2011. All correspondence must quote Contract number C41/2011/12. For consortium bids the information must be provided for each member of the consortium.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) bank statement and/or evidence of professional risk indemnity insurance;
(c) statement of turnover for a maximum of the last three years.
Details to be provided will be listed in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Details to be provided will be listed in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details to be provided will be listed 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
Execution of the service is reserved to a particular profession: no
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: no

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 minimum number 5 and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
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:
C41/2011/12
IV.3.2)Previous publication(s) concerning the same contract
no
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: 24.10.2011
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.10.2011 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
Other English or English and Welsh.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 from the date stated for receipt of tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): The Enhancing Leadership and Managment Skills Programme.
VI.3)Additional information
If you require documentation in an alternative format, please contact the named contact point in this document who will be able to provide a more suitable format. For example, Braille, large print, Word document or audio format.

You may find it helpful to contact your regional business advisory network to seek general advice and guidance if you are considering tendering for this and future public sector contracts. Potential bidders based in Wales can access services at http://www.business-support-wales.gov.uk/tender_wales.aspx.

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 2pm.
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_21518 and PQQ_30101,
- 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 - Please do not contact the named person at the top of this notice.
Buy4Wales Reference Number: 27085.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Head of Corporate Procurement Services
Second Floor, CP2, Cathays Park
CF10 3NQ Cardiff
UNITED KINGDOM
E-mail:

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:
22.9.2011