Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
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
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Other: Assurance Review Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Celtic Framework
Reference number: C132/2022/2023
II.1.2) Main CPV code
79212000
II.1.3) Type of contract
Services
II.1.4) Short description
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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
6 500 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Celtic Framework: Lot 1 - Northern Ireland
II.2.2) Additional CPV code(s)
79000000
79400000
79420000
79421000
79421100
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
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
Lot No: 2
II.2.1) Title
Celtic Framework: Lot 2 - Scottish Government
II.2.2) Additional CPV code(s)
79000000
79400000
79421000
79420000
79421100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
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
Lot No: 3
II.2.1) Title
Celtic Framework: Lot 3 - Wales
II.2.2) Additional CPV code(s)
79000000
79400000
79420000
79421000
79421100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:
2023/S 000-016500
Section V: Award of contract
Lot No: 1
Title: Celtic Framework: Lot 1 - Northern Ireland
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/09/2023
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
ACTICA CONSULTING LTD
4 Stirling House, Stirling Road
Guildford
GU27RF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Glen Shuraig Consulting Ltd
Edinburgh
UK
NUTS: UKM75
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gardiner & Theobald
10 South Crescent, Store Street
London
WC1E7BD
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Valuta
North Cotton,
Brechin
DD97RJ
UK
NUTS: UKM71
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
QI Consulting
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axolve
Shepton Mallet
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 6 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Celtic Framework: Lot 2 - Scottish Government
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/09/2023
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Valuta
North Cotton,
Brechin
DD97RJ
UK
NUTS: UKM71
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
QI Consulting
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axolve
Shepton Mallet
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gardiner & Theobald
10 South Crescent, Store Street
London
WC1E7BD
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Glen Shuraig Consulting Ltd
Edinburgh
UK
NUTS: UKM75
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ACTICA CONSULTING LTD
4 Stirling House, Stirling Road
Guildford
GU27RF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 6 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Celtic Framework: Lot 3 - Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/09/2023
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
QI Consulting
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Valuta
North Cotton,
Brechin
DD97RJ
UK
NUTS: UKM71
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axolve
Shepton Mallet
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gardiner & Theobald
10 South Crescent, Store Street
London
WC1E7BD
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Glen Shuraig Consulting Ltd
Edinburgh
UK
NUTS: UKM75
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ACTICA CONSULTING LTD
4 Stirling House, Stirling Road
Guildford
GU27RF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 6 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
- 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.
(WA Ref:136288)
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
08/11/2023