Opportunity

Implementation of the Water Safety & Drowning Prevention Recommendations

  • Llywodraeth Cymru / Welsh Government

F02: Contract notice

Notice reference: 2024/S 000-000672

Published 9 January 2024, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

Email

cpsprocurementadvice@gov.wales

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Implementation of the Water Safety & Drowning Prevention Recommendations

Reference number

C019/2023/2024

two.1.2) Main CPV code

  • 90721000 - Environmental safety services

two.1.3) Type of contract

Services

two.1.4) Short description

Welsh Government seek a delivery partner with a proven track record, harnessing an extensive network across various UK water safety organisations. This partner will play a pivotal role in assimilating knowledge and insights from diverse sources, bolstering Welsh Government and Water Safety Wales efforts towards achieving strategic objectives.

The delivery partner will possess the experience to support organisations in executing water safety and drowning prevention strategies effectively. Welsh Government requires a delivery partner capable of leveraging their established connections to raise awareness among practitioners, policymakers, and the public while providing adaptable and comprehensive support. The successful partner should not only fulfil a secretariat role, but also demonstrate a nuanced understanding of the WDPS and its recommendations, employing their expertise in development, management, and adaptability to address emerging water safety issues.

Maintaining consistent communication with Welsh Government officials, the partner will ensure alignment of future Water Safety Wales programmes with evolving concerns in water safety education, training, and outreach. Crucially, their capacity to facilitate the exchange of pertinent information and best practices among UK water safety entities will be instrumental in reducing accidental drownings.

Water is essential for our physical and mental wellbeing; therefore it is important to protect it and the people using it. Wales has seen a substantial growth in outdoor activity, especially within water over recent years.

Data shows that in 2022, there were 26 confirmed fatalities in water in Wales, half did not intend to enter the water. We know there are 2000 annual water-related incidents in Wales requiring emergency response, approximately 5 per day.

We believe that through cross-departmental collaboration within Welsh Government and between our delivery partners, adopting a Team Wales approach can reduce the number of water-related accidents and fatalities across the country.

The successful Bidder will be a delivery partner who will work alongside Welsh Government to implement the Petitions Committee report's recommendations 2, 3, 4, and 6 which supports Wales’ Drowning Prevention Strategy. The report can be downloaded here - https://senedd.wales/media/cn4fcehy/cr-ld15291-e.pdf.

Water Safety Wales has also taken the water safety agenda forward since 2017, publishing the WDPS in 2020. The WDPS links to our ambitions for a healthier Wales in the Well-being of Future Generations (Wales) Act. The WDPS includes action on the report’s identified themes: Alcohol, Supervision, Safe Access, Learning to Swim, Risks and Plans, Safer Holidays, Data Issues, and Support. The WDPS can be downloaded here - https://www.nationalwatersafety.org.uk/media/1236/water-safety-strategy-2020-2026.pdf.

The successful bidder will be awarded a 13-month contract with a 12 month extension option to deliver the workstreams. The contract is valued at approximately GBP 150,000 exc. VAT for the initial contract term, and GBP 100,000 exc. VAT if the extension is enacted.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34996200 - Control, safety or signalling equipment for inland waterways
  • 63721300 - Waterway operation services
  • 63721000 - Port and waterway operation services and associated services
  • 90713100 - Consulting services for water-supply and waste-water other than for construction
  • 79417000 - Safety consultancy services
  • 71631420 - Maritime safety inspection services
  • 90721000 - Environmental safety services
  • 45262640 - Environmental improvement works
  • 90700000 - Environmental services
  • 90713000 - Environmental issues consultancy services
  • 90711000 - Environmental impact assessment other than for construction
  • 71313000 - Environmental engineering consultancy services
  • 71317210 - Health and safety consultancy services
  • 73200000 - Research and development consultancy services
  • 79411000 - General management consultancy services
  • 79413000 - Marketing management consultancy services
  • 75130000 - Supporting services for the government

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Client aims to award a 13-month contract from March 2024 to March 2025 to deliver the Senedd Petitions Committee recommendations 2, 3, 4, and 6 with an option to extend for a further 12 months.

The Steering Group have created 4 workstreams to deliver the recommendations and this contract will be responsible for delivering Workstreams 1, 2 and 4 and provide support to Workstream 3. The estimated contract value for the initial contract term is GBP 150,000 exc. VAT with an extension valued at GBP 100,000. Ad-hoc support may be required to support WSW over the contract period. This support will utilise approx. 10% of the total contract.

The successful Bidder will be a delivery partner with the capability knowledge and expertise working in the Water Safety & Accident Prevention sector to implement the specified recommendations of the Senedd Petitions Committee, and lead delivery implementation of the WDPS through four key work streams:

Workstream 1 - Secretariat to all groups within Water Safety Wales

Workstream 2 - Strategic direction and programme management

Workstream 3 - Communications

Workstream 4 - Delivery of Projects from the WSW Work Programme

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: itt_107974.

- 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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

13

This contract is subject to renewal

Yes

Description of renewals

12 months extension option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-036392

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 February 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

14 February 2024

Local time

9:00am

Place

WG Office

Information about authorised persons and opening procedure

Procurement Manager on a secure WG laptop.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=137808

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 a non-Core requirement and will not form part of the evaluation criteria. However, submission of a non-Core Community Benefits proposal will be a condition of a compliant bid.

Non-Core Community Benefits proposals should be planned on a cost neutral basis.The successful Contractors will be required to implement the Community Benefits proposals once agreed with the Client.

(WA Ref:137808)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom