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
CF44 8EG
Contact
Gerrard O'Neill
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.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
Crewing cover for Welsh Fisheries Patrol Vessels
Reference number
C226/2022/2023
two.1.2) Main CPV code
- 63726700 - Fishing-vessel services
two.1.3) Type of contract
Services
two.1.4) Short description
Welsh Government operate three Fishery patrol Vessels and are responsible for enforcing the entire Welsh zone. The two larger vessels have a minimum safe manning level of four crew and the third vessel a minimum safe manning level of three crew.
All crew on board the vessels have specific qualifications and experience which are required to undertake their roles. Due to the nature of the work involved, it is not possible to move staff from other departments within Welsh Government to cover any period of absence. Lack of sufficient crew has been an issue for a number of years and has raised criticism from a number of areas.
It is not feasible to train a relief crew to be deployed elsewhere and made available, leaving the more realistic solution to recruit short term contracted staff who have the skills and level of expertise required to undertake our statutory duties.
The initial roles required on the Fishery Patrol Vessels are:
- Vessel Master
- First Mate
- Engineer
- Rib Coxswain/Bowman
All these roles have defined qualifications/experience to allow a person to undertake the roles and will be provided at the tender stage.
Welsh Ministers seek a supplier who can recruit or provide highly skilled temporary vessel crews within the specified timescales, to provide the temporary extra cover required to allow the vessels to operate.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34513100 - Fishing vessels
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 63726700 - Fishing-vessel services
- 79600000 - Recruitment 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 Crewing cover for our Fisheries Patrol Vessels.
The Contract is for the delivery of the Services as described in the Specification.
For information purposes the potential value of the Contract is estimated to be approximately GBP 125,000 excluding VAT per annum. If the additional 1+1+1-year extension options are enacted, then the approximate maximum contract value is estimated to be GBP 500,000 exc. VAT (GBP 600,000 including VAT).
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_99716
- 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: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years on a 1+1+1+1 basis
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
23 January 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2023
Local time
10:00am
Place
Welsh Government Office
Information about authorised persons and opening procedure
Procurement Manager with 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=127162
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 considered 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:127162)
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