loading
  • GB-CF10 3NQ Cardiff
  • 14.11.2018
  • Ausschreibung
  • (ID 2-317718)

Communication and Marketing Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.11.2018, 14:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 12
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Design
    Sprachen Englisch, Walisisch
    Aufgabe
    A framework for delivering Welsh Government's communication and marketing requirements. The framework will be open for use by other public bodies.
    Lot 1: Creative Design and Branding.
    Lot 2: Digital Marketing Services.
    Lot 3: Filming, Editing and Animation Services.
    Lot 4: Bespoke Stand Design and Build.
    Lot 5: Event/Conference Management.
    Lot 6: Evaluation/Research.
    Lot 7: Publicity Materials — Storage/Shipping.
    Lot 8: Event Audio Visual (AV).
    Lot 9: Portable Publicity Equipment and Signage.
    Over the maximum 4 year period of the framework. The value of 16 000 000 GBP is the maximum anticipated spend on the framework. Please note however that, as this is a framework, the values provided are only estimates and cannot be guaranteed.
    Leistungsumfang
    Suppliers are sought to provide various models of standard pop-up stands and various banner systems with their casings, and possible lighting systems etc. Suppliers will need to be able to print/manufacture the graphic panels and be able to undertake repairs to the various systems we order as well as those that we already have in stock (which are standard size, generic items).
    Suppliers may be needed to set artwork for panels themselves or to work form supplied artwork which we provide — often at short-notice and sometimes requiring quick delivery. In addition the production of non-standard panels is required for larger exhibition stands and systems in various formats, vinyl, hardboard, flexi-board, stand-alone panels etc. Again artwork may be supplied or need to be set following the customers’ brief.
    Provision of various directional signage/informational panels may be required with graphics in various formats (acrylic, wood etc.) External signage and replacement plaques for buildings or industrial parks may also be required.
    The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.
    The estimated approximate spend for Lot 9 is 300 000 GBP.
    Adresse des Bauherren UK-CF10 3NQ Cardiff
    TED Dokumenten-Nr. 451902-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Cardiff: Marketing services

      2018/S 199-451902

      Contract notice

      Services

      Legal Basis:

      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 3000623300
      E-mail: MTk6R0pHaWZabGlcZFxlazhbbWBaXDdeZm0lblhjXGo=
      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)Information about 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/home.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etenderwales.bravosolution.co.uk/home.html
      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/home.html
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      General public services

      Section II: Object

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

      Communication and Marketing Framework

      Reference number: F385/2017/2018
      II.1.2)Main CPV code
      79342000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      A framework for delivering Welsh Government's communication and marketing requirements. The framework will be open for use by other public bodies.

      Lot 1: Creative Design and Branding.

      Lot 2: Digital Marketing Services.

      Lot 3: Filming, Editing and Animation Services.

      Lot 4: Bespoke Stand Design and Build.

      Lot 5: Event/Conference Management.

      Lot 6: Evaluation/Research.

      Lot 7: Publicity Materials — Storage/Shipping.

      Lot 8: Event Audio Visual (AV).

      Lot 9: Portable Publicity Equipment and Signage.

      Over the maximum 4 year period of the framework. The value of 16 000 000 GBP is the maximum anticipated spend on the framework. Please note however that, as this is a framework, the values provided are only estimates and cannot be guaranteed.

      II.1.5)Estimated total value
      Value excluding VAT: 16 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 3
      Maximum number of lots that may be awarded to one tenderer: 3
      II.2)Description
      II.2.1)Title:

      Creative Design and Branding

      Lot No: 1
      II.2.2)Additional CPV code(s)
      79822500
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Production of materials which meet clearly defined marketing plans and communication objectives, capturing and delivering the required messages and working as part of integrated communications across media.

      Includes the following:

      — delivering various aspects of brand strategy development,

      — design of marketing campaigns,

      — design of exhibition and display materials, brochures, leaflets, direct marketing and promotional items, packaging, advertisements.

      Designs will need to be bilingual and/or multilingual, taking into account different cultures, use of colour and localised design issues. All materials are required to meet Welsh Government brand and accessibility standards.

      The purchase of advertising space would not be required under this lot as existing contracts cover this requirement.

      The purchase of print is not required under this lot as existing contracts cover this requirement.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

      The estimated approximate spend for Lot 1 is 400 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the Client will seek EU funding in respect of some Contracts awarded under this framework. Please see specification for more information.

      II.2)Description
      II.2.1)Title:

      Digital Marketing Services

      Lot No: 2
      II.2.2)Additional CPV code(s)
      72000000
      79340000
      72413000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Includes the following:

      — digital strategy development,

      — develop and deliver digital marketing activity across paid and earned digital channels,

      — all aspects of web design and build, to include information architecture, usability and customer-centric design, technical development and API integration across B2C and B2B sites. Specific CMS experience will be required including, but not limited to, the following platforms; Sitecore, Drupal, WordPress, and Alterian.

      Expertise is required across all aspects of digital creative, including the development of “on brand” display advertising, email design, eBooks, interactive and multimedia materials as well as presentation creative. Suppliers are sought with expertise in all aspects of mobile application development, to include development of native and hybrid applications — across all major platforms.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated approximate spend for Lot 2 is 2 300 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see Specification for more information.

      II.2)Description
      II.2.1)Title:

      Filming, Editing and Animation Services

      Lot No: 3
      II.2.2)Additional CPV code(s)
      92111000
      92110000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Develop scripts/use existing scripts and producing highly polished outputs for broadcast, DVD/Video production, or web based clips. Services required will include taking static communication briefs and developing a script / storyboard to bring the concept to life.

      Suppliers will need to be able to provide a full range service, providing cameramen, lighting, directors, editors and producers etc. filming in a number of formats HD etc. and have access to fully furnished editing suits with the relevant software utilised within the industry to deliver a variety of outputs. The ability to take existing footage formats such as DVD or HD tape and convert to different formats, such as Windows Media Files, QuickTime, MPEG. 3D animation is needed for a number of uses including customer presentations as well as in video productions. Consideration is required for transferring high resolution images from the animation for use within printed presentations and display material.

      The purchase of airtime would not be required under this lot as existing contracts cover this requirement.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated approximate spend for Lot 3 is 1 000 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see Specification for more information.

      II.2)Description
      II.2.1)Title:

      Bespoke Stand Design and Build

      Lot No: 4
      II.2.2)Additional CPV code(s)
      39154100
      39154000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Design, construct and supply all the various elements in the supply of both large bespoke standalone exhibition spaces, or smaller modular structures for either internal or external exhibitions, in the UK and overseas.

      Suppliers will need to provide a full range of additional requirements including but not limited to marquees, flooring, kitchen units, utilities, AV, toilets etc. and be able to undertake transportation and full installation to meet both the client’s and the venue’s requirements and rules and regulations such as Health and Safety etc.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated anticipated spend for Lot 4 is 3 500 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see specification for more information.

      II.2)Description
      II.2.1)Title:

      Event/Conference Management

      Lot No: 5
      II.2.2)Additional CPV code(s)
      79956000
      79952000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Suppliers are sought who understand the aims and objectives of events, project manage, provide on-site support and liaison with all parties involved. This could involve managing multiple contractors and in some instances multiple parties to ensure that planning and delivery remains on time and within budget.

      Activity required may include venue sourcing, hotel bookings, delegate packs, name badges, AV, speaker sourcing and management, travel arrangement planning and management, facilitation, press and PR — both for within the UK and overseas.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated approximate spend for Lot 5 is 2 500 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the Client will seek EU funding in respect of some Contracts awarded under this framework. Please see specification for more information.

      II.2)Description
      II.2.1)Title:

      Evaluation/Research

      Lot No: 6
      II.2.2)Additional CPV code(s)
      73000000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Suppliers are sought who have experience in undertaking evaluation research via several mediums, face-to-face, interviews at events/exhibitions, follow up phone calls, interviews via the phone or via survey etc. Reports will be required on the effectiveness of shows/campaigns, materials distributed, feedback, PR and messages.

      Suppliers will need to be experienced in questionnaire development, analysing the completed data and providing bilingual reports. Experience and knowledge of governmental surveys and reports, data protection and handling secure information is vital.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated approximate spend for Lot 6 is 500 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see specification for more information.

      II.2)Description
      II.2.1)Title:

      Publicity Materials — Storage/Shipping

      Lot No: 7
      II.2.2)Additional CPV code(s)
      39154000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Storage and transportation of a wide range of exhibition and conference materials across the UK and overseas. Packaging of items in bubble wrap, or shrink-wrap will be required. Racking should be in place to store literature and clothing to ensure that it is kept dry and secure.

      Stock control and warehouse management services are vital to this lot as the supplier will be required to manage the Welsh Government storage distribution facility referenced in the specification.

      The client may also have a requirement for the storage and transportation of portable exhibition vehicles.

      We envisage awarding 1 supplier to this lot.

      The estimated approximate spend for Lot 7 is 600 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see specification for more information.

      II.2)Description
      II.2.1)Title:

      Audio Visual (AV)

      Lot No: 8
      II.2.2)Additional CPV code(s)
      32321300
      32320000
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Suppliers are sought to provide a full range of Audio Visual (AV) support, and access to the hire of quality AV equipment such as projectors, speaker system, radio mic’s computers and laptops, electronic voting systems as well as lighting, video capture/simultaneous broadcasting of presenters and be able to work with both PC and Mac formats.

      AV equipment may be required for a number of purposes such as exhibitions, road shows, product launch events, PR, and award ceremonies, internal and external meetings/presentation etc., often at short notice.

      Suppliers will need to be able to undertake installation, running and de-rigging of equipment, including advice and full technical support as and when needed, working with venues as appropriate to ensure that all aspects of health and safety are covered.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated approximate spend for Lot 8 is 700 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see specification for more information.

      II.2)Description
      II.2.1)Title:

      Portable Publicity Equipment and Signage

      Lot No: 9
      II.2.2)Additional CPV code(s)
      39154000
      34928470
      39154100
      II.2.3)Place of performance
      NUTS code: UKL
      II.2.4)Description of the procurement:

      Suppliers are sought to provide various models of standard pop-up stands and various banner systems with their casings, and possible lighting systems etc. Suppliers will need to be able to print/manufacture the graphic panels and be able to undertake repairs to the various systems we order as well as those that we already have in stock (which are standard size, generic items).

      Suppliers may be needed to set artwork for panels themselves or to work form supplied artwork which we provide — often at short-notice and sometimes requiring quick delivery. In addition the production of non-standard panels is required for larger exhibition stands and systems in various formats, vinyl, hardboard, flexi-board, stand-alone panels etc. Again artwork may be supplied or need to be set following the customers’ brief.

      Provision of various directional signage/informational panels may be required with graphics in various formats (acrylic, wood etc.) External signage and replacement plaques for buildings or industrial parks may also be required.

      The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that lot.

      The estimated approximate spend for Lot 9 is 300 000 GBP.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 12
      Objective criteria for choosing the limited number of candidates:

      See PQQ Documents.

      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: no
      II.2.14)Additional information

      Please note that the client will seek EU funding in respect of some contracts awarded under this framework. Please see specification for more information.

      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:

      Detailed in tender documents.

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted 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
      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: 2018/S 087-195467
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 14/11/2018
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 21/01/2019
      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

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

      Decision will be taken on recurrence during the life of this framework.

      VI.2)Information about electronic workflows
      VI.3)Additional information:

      Contract values:

      All contract values listed are potential estimated values for the duration of the framework. Please see tender documents for more information.

      Please note this framework will be utilised predominantly by the Welsh Government but is also open for use by the following Welsh Bodies:

      — Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers,

      — The Welsh Assembly Commission,

      — any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government,

      — UK Government, their agencies, companies and limited liability partnerships or other entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales. Non-ministerial governmental departments which operate devolved offices in Wales,

      — Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales,

      — Contracting Authorities established for the provision of culture, media and sport in Wales,

      — NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales,

      — higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales,

      — police and crime commissioners and police forces in England and Wales; national park, and fire and rescue authorities in Wales,

      — Wales Council for Voluntary Action and associated bodies,

      — registered social landlords on the Welsh Government maintained register,

      — schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools),

      — HM Inspectorate of Schools in Wales (Estyn),

      — One Voice Wales (Town and Community Councils) and town and community councils in Wales,

      — where applicable, the above shall include subsidiaries of the contracting authority at any level.

      In the event of merger, abolition or change of any of the Contracting Authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into specific contracts under this framework.

      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=86138

      (WA Ref:86138)

      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 3000623300

      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:
      12/10/2018
    © 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 16.10.2018
Zuletzt aktualisiert 16.10.2018
Wettbewerbs-ID 2-317718 Status Kostenpflichtig
Seitenaufrufe 41