Section one: Contracting authority
one.1) Name and addresses
Welsh Government
Cathays Park
Cardiff
CF10 3NQ
Telephone
+44 3000257095
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/
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/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
5G Solutions Architect & Technology Consultancy
Reference number
C310/2020/2021
two.1.2) Main CPV code
- 71316000 - Telecommunication consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of this contract is provide specialist 5G Solutions Architecture and technology consultancy services to ensure the successful delivery of the programme. The key services required are:
1. Solutions Architect expert consultancy
2. Technological consultancy
3. Development and Delivery consultancy support
The objectives of this contract are to support the delivery of 5G Wales Unlocked by leading on all aspects of the solution architecture implementation for the project. This will involve working closely with all project partners (large and small private sector technology partners, university researchers, local and national government) ensuring integrated technology solutions are in place to explore novel opportunities presented by harnessing 5G technology in rural use cases. The supplier will be responsible for leading on the successful delivery of the use cases.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71316000 - Telecommunication consultancy services
- 72224000 - Project management consultancy services
- 79410000 - Business and management consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
- 72220000 - Systems and technical consultancy services
- 72590000 - Computer-related professional services
- 72700000 - Computer network services
- 32420000 - Network equipment
- 32400000 - Networks
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This project is a pathfinder for a National 5G Programme in Wales, to support the wider 5GUK ecosystem and help position Wales as a global leader in the development, delivery and use of 5G. The project will deliver infrastructure and innovation in Blaenau Gwent and Monmouthshire with projects cutting across Tourism, the Rural Economy and Transport.
Work has been ongoing to establish the use cases and the programme is now beginning its delivery phase. The Welsh Government is undertaking a procurement exercise to award a contract to a supplier to provide 5G Solutions Architecture and Technology Consultancy services to drive forward the delivery of the programme from June 2021 through to its completion in March 2022.
The aim of this contract is provide specialist 5G Solutions Architecture and technology consultancy services to ensure the successful delivery of the programme. The key services required are:
1. Solutions Architect expert consultancy
2. Technological consultancy
3. Development and Delivery consultancy support
The objectives of this contract are to support the delivery of 5G Wales Unlocked by leading on all aspects of the solution architecture implementation for the project. This will involve working closely with all project partners (large and small private sector technology partners, university researchers, local and national government) ensuring integrated technology solutions are in place to explore novel opportunities presented by harnessing 5G technology in rural use cases. The supplier will be responsible for leading on the successful delivery of the use cases.
The supplier will therefore be required to translate customer needs and business requirements in to the technology solutions required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
This contract is subject to renewal
Yes
Description of renewals
The contract will have an optional extension period of up to 6 months.
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
three.2) Conditions related to the contract
three.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 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: 2020/S 212-520548
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 June 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 June 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Invitation to Tender (ITT) documentation can be accessed via eTenderWales: 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 e-mail address that was specified in the User Details section of the Registration page.
HOW TO FIND THE ITT:
Once logged in you must click on ‘ITTs Open to all Suppliers’.
The etender references are:
project_47166
itt_87206
Click on the title to access summary details of the ITT. 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.
If you have any queries regarding the tender please message using the eTenderWales message portal. Messages sent via e-mail or telephone enquiries will not be responded to.
If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.
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=110341
(WA Ref:110341)
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