loading
  • GB-CF10 3NQ Cardiff
  • 11.01.2018
  • Ausschreibung
  • (ID 2-284306)

SMART Innovation Diagnostics for Productivity and Design Projects.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.01.2018, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung allgemeine Beratungsleistungen / Studien, Gutachten
    Sprachen Englisch, Walisisch
    Aufgabe
    This tender has been prepared on behalf of the Welsh Ministers, herein after referred to as ‘the Client’, in order to establish a Framework Agreement that will provide SMART Innovation Diagnostics for Productivity and Design projects across Wales.
    The Client is seeking to engage with quality providers to deliver a service that will provide manufacturing and design diagnostics for businesses across Wales.
    The Framework Agreement will commence on the xxxxx for a period of 3 years and will end on the xxxxx. An option to extend the agreement for up to a further year will be available to the Client; however this will be subject to a performance review. The client is not bound by any values or commitment with regards to the use of this agreement. A contract will not exist between the Client and the Framework Provider until such a time when a ‘call off’ occurs.
    Please note that the Client will seek EU funding in respect of this service.
    Leistungsumfang
    The successful providers must have substantial industry experience applicable to the Design sector in order to provide an expert diagnostic consultancy service to businesses across Wales.
    The successful providers must have the ability to provide such a service across a wide range of design disciplines, which as a minimum shall include expertise in areas of materials and manufacture; product design; industrial design, design for manufacture; packaging design; eco-design; service design; design management; and branding.
    Support will also be available for businesses that have received a completed diagnostic and require a provider to assist them to apply and implement tools and techniques highlighted in the prioritised action plan.
    Adresse des Bauherren UK-CF10 3NQ Cardiff
    TED Dokumenten-Nr. 461616-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Cardiff: Business and management consultancy and related services

      2017/S 222-461616

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Welsh Government
      Corporate Procurement Services, Cathays Park
      Cardiff
      CF10 3NQ
      United Kingdom
      Telephone: +44 3000628803
      E-mail: MjIwLzw/PF5bT2FeUVlRWmAtUGJVT1EsY01YUV8aU19VGlNbYhphVw==
      NUTS code: UKL

      Internet address(es):

      Main address: http://wales.gov.uk/?skip=1&lang=en

      Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.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 abovementioned 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
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      SMART Innovation Diagnostics for Productivity and Design Projects.

       

      Reference number: F124/2017/2018
      II.1.2)Main CPV code
      79400000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This tender has been prepared on behalf of the Welsh Ministers, herein after referred to as ‘the Client’, in order to establish a Framework Agreement that will provide SMART Innovation Diagnostics for Productivity and Design projects across Wales.

      The Client is seeking to engage with quality providers to deliver a service that will provide manufacturing and design diagnostics for businesses across Wales.

      The Framework Agreement will commence on the xxxxx for a period of 3 years and will end on the xxxxx. An option to extend the agreement for up to a further year will be available to the Client; however this will be subject to a performance review. The client is not bound by any values or commitment with regards to the use of this agreement. A contract will not exist between the Client and the Framework Provider until such a time when a ‘call off’ occurs.

      Please note that the Client will seek EU funding in respect of this service.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 600 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Productivity diagnostics for Businesses in Wales

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71323000
      72220000
      72221000
      79400000
      79415000
      79990000
      79410000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

       

      The successful providers must have substantial industry experience applicable to the Manufacturing sector in order to provide an expert diagnostic consultancy service to businesses across Wales.

      The successful providers must have the ability to provide such a service across a wide range of manufacturing disciplines, which as a minimum shall include expertise in areas of continuous improvement, sustainable and lean manufacturing; value stream and process mapping; 5 S and 6 Sigma; improving layout and space utilisation; reducing work in progress; improving quality and delivery; team building; new and innovative manufacturing techniques; and materials and process innovation. The providers must also be able to include planning and preparation for implementation of technologies associated with the 4th Industrial Revolution.

      Support following a diagnostic to apply and implement tools and techniques highlighted in the prioritised action plan will also be available to businesses.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      II.2.6)Estimated value
      II.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:

       

      Extension of up to 1 year. Please note that this contract is part funded by European Regional Development Fund (ERDF) and is therefore subject to the availability of those funds.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: SMART Innovation — 80750 and 80751.
      II.2.14)Additional information

       

      The value stated in the Contract Notice is the maximum anticipated value for the full potential contract period of 4 years (i.e. the 3 year initial term plus the 1 year extension period). This contract is part funded by European funds and is therefore subject to the continued availability of those funds.

       

      II.2)Description
      II.2.1)Title:

       

      Design diagnostics for Businesses in Wales

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      79415200
      79400000
      79990000
      72220000
      72221000
      71323000
      73200000
      79410000
      73300000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

       

      The successful providers must have substantial industry experience applicable to the Design sector in order to provide an expert diagnostic consultancy service to businesses across Wales.

      The successful providers must have the ability to provide such a service across a wide range of design disciplines, which as a minimum shall include expertise in areas of materials and manufacture; product design; industrial design, design for manufacture; packaging design; eco-design; service design; design management; and branding.

      Support will also be available for businesses that have received a completed diagnostic and require a provider to assist them to apply and implement tools and techniques highlighted in the prioritised action plan.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      II.2.6)Estimated value
      II.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:

       

      Extension of up to 1 year. Please note that this contract is part funded by European Regional Development Fund (ERDF) and is therefore subject to the availability of those funds.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: SMART Innovation — 80750 and 80751.
      II.2.14)Additional information

       

      The value stated in this Contract Notice is the maximum anticipated value for the full potential contract period of 4 years (i.e. 3 year initial term plus the up to 1 year optional extension period). This contract is part funded by European funds and is therefore subject to the continued availability of these funds.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As included in the procurement documents.

       

      III.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 IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.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
      Envisaged maximum number of participants to the framework agreement: 6
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 188-385049
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 11/01/2018
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English, Welsh
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      IV.2.7)Conditions for opening of tenders
      Date: 11/01/2018
      Local time: 15:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.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.

      — 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 Help-desk 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 Help-desk to gain access to the Platform.

      — Tenders must be uploaded to the BravoSolution portal by 14:00.

      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_37346, itt_64705.

      — 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.

      Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=59136

      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:

      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:

      The Client has decided to take a non core approach to Community Benefits, this means that the Community Benefits proposal that you return as part of this tender process will not be evaluated and scored.

      The buyer considers that this contract is suitable for consortia.

      Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=72933

      (WA Ref: 72933).

      The buyer considers that this contract is suitable for consortia.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Welsh Government
      Corporate Procurement Services, Cathays Park
      Cardiff
      CF10 3NQ
      United Kingdom
      Telephone: +44 3000628803

      Internet address:http://wales.gov.uk/?skip=1&lang=en

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      16/11/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 20.11.2017
Zuletzt aktualisiert 20.11.2017
Wettbewerbs-ID 2-284306 Status Kostenpflichtig
Seitenaufrufe 43