Celtic Framework (Великобритания (Англия, Шотландия, Уэльс) - Тендер #42673564) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Llywodraeth Cymru / Welsh Government Номер конкурса: 42673564 Дата публикации: 12-06-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| Title: | Celtic Framework |
| OCID: | ocds-kuma6s-132292 |
| Published by: | Llywodraeth Cymru / Welsh Government |
| Authority ID: | AA0007 |
| Publication Date: | 12/06/2023 |
| Deadline Date: | 14/07/2023 |
| Deadline Time: | 14:00 |
| Notice Type: | 02 Contract Notice |
| Has Documents: | No |
| Has SPD: | No |
| Abstract: |
The Celtic Framework is a mutual call-off framework contract through which contractors may be acquired for project assurance reviews and/or programme/project management (hereinafter “PPM”)-specific purposes for the devolved governments of Scotland, Northern Ireland and Wales. The objectives of the Celtic Framework are two-fold: - To provide [suitably qualified] external advisers to lead and/or participate in assurance reviews managed through the assurance hubs in Scotland, Northern Ireland and Wales; and - To provide [suitably qualified] external advisers for the provision of “other assurance services. CPV: 79212000, 79000000, 79400000, 79420000, 79421000, 79421100, 79000000, 79400000, 79421000, 79420000, 79421100, 79000000, 79400000, 79420000, 79421000, 79421100. |
Llywodraeth Cymru / Welsh Government
Grŵp yr Economi, y Trysorlys a"r Cyfansoddiad / Economy, Treasury and Constitution
Caerdydd / Cardiff
CF10 3NQ
UK
Contact person: Verity Andrews-Ogden
E-mail: Verity.Andrews-Ogden@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://www.sell2wales.gov.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
The contract is awarded by a central purchasing body
Access to the procurement documents is restricted. Further information can be obtained at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
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
Ministry or any other national or federal authority, including their regional or local subdivisions
Other: Assurance Review Services
Celtic Framework
Reference number: C132/2022/2023
II.1.2) Main CPV code79212000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe Celtic Framework is a mutual call-off framework contract through which contractors may be acquired for project assurance reviews and/or programme/project
management (hereinafter “PPM”)-specific purposes for the devolved governments of Scotland, Northern Ireland and Wales.
The objectives of the Celtic Framework are two-fold:
- To provide [suitably qualified] external advisers to lead and/or participate in assurance reviews managed through the assurance hubs in Scotland, Northern Ireland and Wales; and
- To provide [suitably qualified] external advisers for the provision of “other assurance services.
II.1.5) Estimated total valueValue excluding VAT: 6 500 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 3 lots
Lot No: 1
II.2.1) TitleCeltic Framework: Lot 1 - Northern Ireland
II.2.2) Additional CPV code(s)79000000
79400000
79420000
79421000
79421100
II.2.3) Place of performanceNUTS code:
UKN
II.2.4) Description of the procurementThe Celtic Framework is a mutual call-off framework contract through which contractors may be acquired for project assurance reviews and/or programme/project
management (hereinafter “PPM”)-specific purposes for the devolved governments of Scotland, Northern Ireland and Wales.
The objectives of the Celtic Framework are two-fold:
- To provide [suitably qualified] external advisers to lead and/or participate in assurance reviews managed through the assurance hubs in Scotland, Northern Ireland and Wales; and
- To provide [suitably qualified] external advisers for the provision of “other assurance services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 6 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Framework can be extended for an additional 12 months - the total contract duration is up to 48 months.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleCeltic Framework: Lot 2 - Scottish Government
II.2.2) Additional CPV code(s)79000000
79400000
79421000
79420000
79421100
II.2.3) Place of performanceNUTS code:
UKM
II.2.4) Description of the procurementThe Celtic Framework is a mutual call-off framework contract through which contractors may be acquired for project assurance reviews and/or programme/project
management (hereinafter “PPM”)-specific purposes for the devolved governments of Scotland, Northern Ireland and Wales.
The objectives of the Celtic Framework are two-fold:
- To provide [suitably qualified] external advisers to lead and/or participate in assurance reviews managed through the assurance hubs in Scotland, Northern Ireland and Wales; and
- To provide [suitably qualified] external advisers for the provision of “other assurance services.
II.2.5) Award criteriaPrice 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 systemDuration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Framework can be extended for an additional 12 months - the total contract duration is up to 48 months.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleCeltic Framework: Lot 3 - Wales
II.2.2) Additional CPV code(s)79000000
79400000
79420000
79421000
79421100
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe Celtic Framework is a mutual call-off framework contract through which contractors may be acquired for project assurance reviews and/or programme/project
management (hereinafter “PPM”)-specific purposes for the devolved governments of Scotland, Northern Ireland and Wales.
The objectives of the Celtic Framework are two-fold:
- To provide [suitably qualified] external advisers to lead and/or participate in assurance reviews managed through the assurance hubs in Scotland, Northern Ireland and Wales; and
- To provide [suitably qualified] external advisers for the provision of “other assurance services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 6 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Framework can be extended for an additional 12 months - the total contract duration is up to 48 months.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
As stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Date: 14/07/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 17/07/2023
Local time: 10:00
Place:
https://etenderwales.bravosolution.co.uk/
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
48 months
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
E-Tender Information:
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.
- 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 14:00. Late bids will not be accepted.
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_53712
and the following ITT"s: itt_103305, itt_103310 & itt_103311.
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the "Express an Interest" button. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the‘Attachments’ area.
- Any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.
Please note that the Client may utilise EU finding in respect of the Contract. As a result, the successful Bidder will be required to manage finances and records so as to comply with EU audit requirements.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=132292
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:
As detailed in the specification, there will be Social Value requirements.
Bidders should demonstrate the social value that they will bring to this contract. This should include:
- how External Providers will mentor new and/or existing review team members; and
- how External Providers will transfer knowledge and expertise.
(WA Ref:132292)
The buyer considers that this contract is suitable for consortia.
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
12/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | Verity.Andrews-Ogden@gov.wales |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 79212000 | Auditing services | Accounting and auditing services |
| 79400000 | Business and management consultancy and related services | Business services: law, marketing, consulting, recruitment, printing and security |
| 79000000 | Business services: law, marketing, consulting, recruitment, printing and security | Other Services |
| 79420000 | Management-related services | Business and management consultancy and related services |
| 79421000 | Project-management services other than for construction work | Management-related services |
| 79421100 | Project-supervision services other than for construction work | Project-management services other than for construction work |
| ID | Description |
|---|---|
| 1017 | Bridgend and Neath Port Talbot |
| 1022 | Cardiff and Vale of Glamorgan |
| 1015 | Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf) |
| 1013 | Conwy and Denbighshire |
| 1020 | East Wales |
| 1023 | Flintshire and Wrexham |
| 1016 | Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly) |
| 1012 | Gwynedd |
| 1011 | Isle of Anglesey |
| 1021 | Monmouthshire and Newport |
| 1024 | Powys |
| 1014 | South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion) |
| 1018 | Swansea |
| 100 | UK - All |
| 1000 | WALES |
| 1010 | West Wales and The Valleys |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |