Tender

Delivery of a National Bystander Intervention Initiative

  • Welsh Government

F02: Contract notice

Notice identifier: 2022/S 000-025325

Procurement identifier (OCID): ocds-h6vhtk-03672c

Published 9 September 2022, 10:47am



Section one: Contracting authority

one.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

Contact

Gerrard O'Neill

Email

gerrard.oneill@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.3) Communication

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

Delivery of a National Bystander Intervention Initiative

Reference number

C096/2022/2023

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Client aims to award a 28 month contract starting in November 2022 for the delivery of an evidence and theory based National active Bystander Intervention initiative to be delivered to the general/wider public of Wales. The estimated contract value is between GBP 220,000 to GBP 230,000 exc. VAT (GBP 276,000 inc. VAT) over the initial contract term with an option to extend for a further 12 months.

The aims of the initiative will be to;

- develop individuals' skills to notice the event and enable safe bystander engagement to prevent or respond to VAWDASV. Please see Annex a – What is an active bystander

- create genuine and lasting changes in societal attitudes towards VAWDASV.

- change attitudes through increased knowledge in recognising a situation is problematic; creating a culture where individuals feel empowered and able to act when they see or hear VAWDASV.

- improve awareness of ways to identify, prevent and safely respond to VAWDASV in a number of community-based settings.

- Possessing the right skills to take action as an active bystander.

- further promote the unacceptability of all forms of VAWDASV by raising awareness of the nature of VAWDASV its consequences and associated risk factors.

- Increase understanding of the important role active bystanders play in the prevention of VAWDASV, challenging attitudes and preventing VAWDASV at an earlier stage.

The contract will be a pilot project and the first of its scale within Wales and as such learning and evaluation will determine future options for extensions and continuation of delivery.

The Client is looking to appoint a supplier or a consortium of suppliers who can demonstrate they fully understand and can meet the requirements outlined, through proven VAWDASV knowledge and experience and robust governance arrangements. For further information on consortia bids please go to section 21.1 of the specification.

The successful bidder will be required to work with the Client, VAWDASV Stakeholders and those with lived experience to continue to develop the initiative.

two.1.5) Estimated total value

Value excluding VAT: £276,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 75121000 - Administrative educational services
  • 80400000 - Adult and other education services
  • 80561000 - Health training services
  • 80330000 - Safety education services
  • 80550000 - Safety training services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Bidders are invited to submit Bids to be awarded the Contract for Delivery of a National Bystander Intervention Initiative. The Contract is for the delivery of the services as described in the Specification and will endure for the time period set out.

For information purposes the potential value of the initial 28 month contract term is estimated to be GBP220,000 - GBP 230,000 exc. VAT (GBP 276000 inc. VAT). The potential value of the 12 month extension if utilised is estimated to be GBP 70,000 to GBP 75,000 exc. VAT

Bidders are reminded that this procurement is being conducted under the Open Procedure in accordance with PCR 2015. Accordingly, save for any clarifications or except where the Client considers in their sole discretion that certain terms are inconsistent or redundant, the Contract is non-negotiable. Any Bid submitted which seeks to vary or alter either may be deemed non-compliant and the Bidder excluded from further participation in the Bid process.

The Contract will be for a 28 month term with a possible 12 month extension. Subject always to the procurement exercise progressing in accordance with the Client’s indicative timetable it is anticipated that the Contract will commence circa 01/11/2022.

The Client intends to conduct this procurement using the BravoSolution etenderwales portal:- https://etenderwales.bravosolution.co.uk/web/login.shtml

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80

Price - Weighting: 20

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

Duration in months

28

This contract is subject to renewal

Yes

Description of renewals

12 month extension option

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

Date

17 October 2022

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

18 October 2022

Local time

9:00am

Place

Home Worker's Address

Information about authorised persons and opening procedure

Opened on a secure WG laptop by Procurement Manager


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=124631

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 in a procurement context is about ensuring that wider social and economic issues are taken into account when tendering contracts, to maximise the investment as widely as possible. The Client is committed to delivering community benefits throughout Wales via its sourcing activity.

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:124631)

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