Tender

Celtic Framework

  • Llywodraeth Cymru / Welsh Government

F02: Contract notice

Notice identifier: 2023/S 000-016500

Procurement identifier (OCID): ocds-h6vhtk-03d549

Published 12 June 2023, 8:43am



Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Grŵp yr Economi, y Trysorlys a'r Cyfansoddiad / Economy, Treasury and Constitution

Caerdydd / Cardiff

CF10 3NQ

Contact

Verity Andrews-Ogden

Email

Verity.Andrews-Ogden@gov.wales

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.sell2wales.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

Access to the procurement documents is restricted. Further information can be obtained 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

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Assurance Review Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Celtic Framework

Reference number

C132/2022/2023

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Celtic Framework: Lot 1 - Northern Ireland

Lot No

1

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79420000 - Management-related services
  • 79421000 - Project-management services other than for construction work
  • 79421100 - Project-supervision services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,500,000

two.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

Framework can be extended for an additional 12 months - the total contract duration is up to 48 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

two.2) Description

two.2.1) Title

Celtic Framework: Lot 2 - Scottish Government

Lot No

2

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79421000 - Project-management services other than for construction work
  • 79420000 - Management-related services
  • 79421100 - Project-supervision services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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.

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

36

This contract is subject to renewal

Yes

Description of renewals

Framework can be extended for an additional 12 months - the total contract duration is up to 48 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

two.2) Description

two.2.1) Title

Celtic Framework: Lot 3 - Wales

Lot No

3

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79420000 - Management-related services
  • 79421000 - Project-management services other than for construction work
  • 79421100 - Project-supervision services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,500,000

two.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

Framework can be extended for an additional 12 months - the total contract duration is up to 48 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.2.2) Contract performance conditions

As stated in the procurement documents

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

Date

14 July 2023

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 July 2023

Local time

10:00am

Place

https://etenderwales.bravosolution.co.uk/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

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=132292

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:

As detailed in the specification, there will be Social Value requirements.

Bidders should demonstrate the social value that they will bring to this contract. This should include:

- how External Providers will mentor new and/or existing review team members; and

- how External Providers will transfer knowledge and expertise.

(WA Ref:132292)

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