Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Contact person: Gerrard O'Neill
E-mail: gerrard.oneill@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://gov.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
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
Agricultural and Environmental Advice Services
Reference number: C412/2021/2022
II.1.2) Main CPV code
77100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Ministers aims to award a contract to enable the commissioning of technical agricultural and environmental advice services to inform policy development and operations. The contract will be used for a wide range of services, from the development of Regulatory Impact Assessments to assess proposed regulatory interventions to the delivery of the helpline to support farms to implement the Control of Agricultural Pollution Regulations and includes the following areas:
-Agricultural pollution, climate change, environment and biodiversity
- Environmental Impact Assessments (EIA Agriculture).
- Agricultural Land Tribunal.
- Plant Health, Invasive Non-Native Species, Pesticides and Biocides, Seeds, Genetically Modified (GM) crops and Wildlife.
- Soils (including Agricultural Land Classification – ALC - and peatlands),
- Agricultural tenancies,
- Agricultural Minimum Wage
- Any other additional agricultural or environmental advice.
Much of the work completed under this contract is vital to ensuring that our statutory duties are met.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77100000
77000000
90700000
90713000
90714200
90714300
90714400
90714500
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Pan Wales
II.2.4) Description of the procurement
The Welsh Ministers aims to award a contract to enable the commissioning of technical agricultural and environmental advice services to inform policy development and operations. The contract will be used for a wide range of services, from the development of Regulatory Impact Assessments to assess proposed regulatory interventions to the delivery of the helpline to support farms to implement the Control of Agricultural Pollution Regulations.
A 3 year contract will be awarded valued at approximately GBP 500,000 per annum with an option to extend by a further year. Details of the procurement can be found within this notice and the tender exercise including all documentation can be found on eTenderWales - https://etenderwales.bravosolution.co.uk/.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by 12 months, valued at up to GBP 500,000.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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 022-122006
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/07/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
18/07/2022
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=122264
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:
Non-core Community benefits are required by all bidders as set out in Section 20 of the Specification.
(WA Ref:122264)
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
17/06/2022