Services - 473257-2020

07/10/2020    S195

United Kingdom-Cardiff: Education and training services

2020/S 195-473257

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Welsh Government
Postal address: Corporate Procurement Services, Cathays Park
Town: Cardiff
NUTS code: UKL WALES
Postal code: CF10 3NQ
Country: United Kingdom
Contact person: Sara Humber
E-mail: MIMEducation@gov.wales
Telephone: +44 3000253718
Internet address(es):
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: https://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.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:

Welsh Education Partnership — Strategic Partnering Delivery Model

Reference number: C106/2019/2020
II.1.2)Main CPV code
80000000 Education and training services
II.1.3)Type of contract
Services
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.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 1 500 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
30000000 Office and computing machinery, equipment and supplies except furniture and software packages
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
32400000 Networks
32500000 Telecommunications equipment and supplies
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39160000 School furniture
45000000 Construction work
45214000 Construction work for buildings relating to education and research
45214200 Construction work for school buildings
45214210 Primary school construction work
45214220 Secondary school construction work
45214300 Construction work for college buildings
45214310 Vocational college construction work
45214320 Technical college construction work
45214500 Construction work for buildings of further education
50700000 Repair and maintenance services of building installations
66515200 Property insurance services
71200000 Architectural and related services
71300000 Engineering services
71400000 Urban planning and landscape architectural services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71540000 Construction management services
II.2.3)Place of performance
NUTS code: UKL WALES
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. For a list of the Participants, please refer to the descriptive document for the procurement.

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.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.11)Information about options
Options: no
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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 2019/S 133-327173
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
30/09/2020
V.2.2)Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Meridiam
Postal address: 4 Place de l'Opera
Town: Paris
NUTS code: FR FRANCE
Postal code: 75002
Country: France
E-mail: b.lantz@meridiam.com
Telephone: +33 153349696
Internet address: https://www.meridiam.com/en/
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 1 500 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

The calculation of the estimated value stated in Section II.1.7) and Section V.2.4) 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.

(WA Ref:104478)

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice:
02/10/2020