Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: CPSProcurementAdvice@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://gov.wales/?lang=en
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
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://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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/web/login.shtml
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Agriculture, Land-use, Climate and Nature Evidence Programme
Reference number: C208/2021/2022
II.1.2) Main CPV code
90711500
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). The programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely a consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages:
- Monitoring - undertake a National Field Survey (NFS) https://erammp.wales/en/nfs
- Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) https://erammp.wales/en/imp
- Evidence - deliver ongoing analytical support
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90711500
90711300
90714000
90714100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). This programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages:
- Monitoring - undertake a National Field Survey (NFS)
- Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP)
- Evidence - deliver ongoing analytical support
The Welsh Government expects the programme to:
- Undertake a National Field Survey (NFS) enabling the monitoring and evaluation of policies in the areas of agriculture, land-use, climate and nature, including, but not exclusively, Glastir; transition schemes; the Sustainable Farming Schemes; the Nature Network Programme.
- Undertake appropriate analytics of NFS data and other sources to satisfy reporting requirements in the areas of agriculture, land-use, climate and nature, including, but not exclusively, National Trends; Well-being of Future Generations (Wales) Act 2015 indicators; the Environment (Wales) Act 2016 State of Natural Resources Reporting (SoNaRR); Rural Development Plan replacement reporting; other emerging international and domestic reporting requirements.
- Be adaptive and responsive in delivering evidence needs to support policy across the areas of agriculture, land-use, climate and nature, including, but not exclusively, ongoing modelling capability using the Integrated Modelling Platform and other modelling tools; undertake tactical analysis and evidence reviews and provide direct expert scientific support.
To deliver this it is required that the lead supplier will bring together a wide range of skills, expertise, and organisations; will be adaptive and responsive; will identify and embrace new technology; will maximise the opportunities for using and sharing the data collected; will seek to deliver maximum community benefits and aspire to deliver an exemplar evidence programme.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
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:
The maximum contract duration is 10 years in total with 2 year renewal points – 2 years initial contract term with optional extension periods of 2 years, plus 2 years, plus 2 years, plus 2 years.
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
II.2.14) Additional information
The budget for the 2 year initial contract term is between GBP 2,600,000.00 – 3,000,000.00. The potential total contract budget for the max. 8 years of the optional extension periods is between GBP 10,400,000.00 – 12,000,000.00. The budget stated in II.2.6 is the max. budget for up to 10 years.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
as per the information in the tender documents
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
Reference to the relevant law, regulation or administrative provision:
as per the information in the tender documents
III.2.2) Contract performance conditions
as per the information in the tender documents
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-009210
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/08/2022
Local time: 14:00
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/08/2022
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
between 2 and 10 years
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
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.
- 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 ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_50288, itt_94628.
- 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.
- Should you have 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.
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=121876
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:
Community Benefits will be scored, as per the information in the tender documents.
(WA Ref:121876)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
20/06/2022