Tender to Deliver Education Infrastructure in Wales
Welsh Government is seeking to procure a private sector delivery partner to form a joint venture company to deliver education infrastructure including schools and colleges.
United Kingdom-Cardiff: Education and training services
2019/S 133-327173
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
United Kingdom
Contact person: Sara Humber
Telephone: +44 3000253718
E-mail: MIMEducation@gov.wales
NUTS code: UKL
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Welsh Education Partnership — Strategic Partnering Delivery Model
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Welsh Government is seeking to procure a private sector delivery partner to form a joint venture company to deliver education infrastructure including schools and colleges plus any associated community facilities in Wales, under a strategic partnering agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Welsh Government (‘WG’) is procuring a Private Sector Delivery Partner (‘PSDP’) to form a joint venture company to deliver education infrastructure including schools and colleges plus any associated community facilities in Wales. The successful PSDP and a subsidiary of the Development Bank of Wales (‘WGCo’) will be required to form a new Welsh Education Partnership Company (‘WEPCo’) vehicle, which will deliver infrastructure services to WG, local authorities and further education institutions in Wales (the ‘Participants’).
The participants and WEPCo will enter into a Strategic Partnering Agreement (‘SPA’). Under the SPA, WEPCo will be required to provide partnering services to the participants, including:
(i) project development and delivery; and
(ii) supply chain assembly and management.
The initial term of the partnering arrangement will be ten (10) years, with an optional five (5) year extension.
WEPCo will have the sole and exclusive right for the term of the SPA to nominate a subsidiary of the PSDP (being a special purpose vehicle in which the PSDP holds the majority of voting rights, or a wholly owned subsidiary of such company (a ‘Project Co’)) to deliver 21st Century Schools and Colleges (Band B) Mutual Investment Model (‘MIM’) projects, provided that the relevant criteria in the SPA are met. Approved MIM projects will be developed by WEPCo but delivered by the Project Co, which will enter into a project agreement with the relevant Participant to deliver the relevant MIM project. The project agreement for education sector MIM projects will be based on templates contained within the SPA.
Participants will also be able to request that WEPCo, or a nominated wholly owned subsidiary of WEPCo, provide other project services such as the delivery of design and build capital projects for education or associated community facilities under the SPA, provided that the relevant criteria in the SPA are met. WEPCo and/or its subsidiaries shall enter into all required agreements for the delivery of capital projects and/or FM services directly with the relevant participant, which in the case of education sector capital projects shall be substantially in the form of a template design and build development agreement set out in the SPA.
The PSDP will be required to enter into a form of shareholders’ agreement which is substantially in the form of the template form of WEPCo Shareholders’ Agreement set out in the SPA with WGCo to establish WEPCo. For MIM projects, Project Co, the PSDP and WGCo will also be required to enter into a form of shareholders’ agreement which is substantially in the form of the template form of Project Co shareholders’ agreement set out in the SPA to establish the relevant Project Co.
Further details regarding this programme will be provided at the bidders’ day described in Section VI.3) and are contained in the relevant procurement documents, including the selection questionnaire and the descriptive document, which can be accessed at: https://etenderwales.bravosolution.co.uk/web/login.shtml
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Please refer to the descriptive document dated 8.7.2019 and the selection questionnaire dated 8.7.2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
Please refer to the descriptive document dated 8.7.2019 and the selection questionnaire dated 8.7.2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
III.1.3)Technical and professional ability
Please refer to the descriptive document dated 8.7.2019 and the selection questionnaire dated 8.7.2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
Please refer to the descriptive document dated 8.7.2019 and the selection questionnaire dated 8.7.2019 which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
A bidders’ day relating to the procurement described in Section II.2.4) will be held on 18.7.2019 at Voco St David’s Hotel Cardiff, Havannah Street, Cardiff CF10 5SD. The relevant documents, which should be accessed in advance of the bidders’ day, including the selection questionnaire and descriptive document, can be accessed at: https://etenderwales.bravosolution.co.uk/web/login.shtml
To confirm your place, please register online at https://www.eventbrite.com/e/education-strategic-partner-procurement-market-information-day-tickets-63976860512
A list of the public sector entities, other than WG, which will become party to the Strategic Partnering Agreement (‘SPA’) are listed in the descriptive document, which is available at: https://etenderwales.bravosolution.co.uk/web/login.shtml
The calculation of the estimated value stated in Section II.1.5) and Section II.2.6) has been based on the total amount payable for partnering services and project services (each as defined in the SPA), net of VAT, as estimated by WG. For the avoidance of doubt, in the case of project services, this includes revenue payments for the term of approved projects (as defined in the SPA) and does not represent the capex value.
The estimated date of dispatch of the invitations to participate stated in Section IV.2.3) is subject to the relevant internal approvals within WG being obtained before that date.
WG will not be responsible for any costs arising as a result of responding to this Contract Notice.
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=93547
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:
Please refer to the descriptive document and the selection questionnaire which are available at https://etenderwales.bravosolution.co.uk/web/login.shtml
(WA Ref:93547)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
United Kingdom
Telephone: +44 3000255720Internet address: http://wales.gov.uk/?skip=1&lang=en
VI.5)Date of dispatch of this notice: