Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

The Provision of Domiciliary Care Services on Anglesey

  • First published: 17 July 2017
  • Last modified: 15 January 2018

Contents

Summary

OCID:
ocds-kuma6s-069058
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
17 July 2017
Deadline date:
14 January 2018
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Tender for the Re-modelling of Domiciliary Care Service on Anglesey. Joint Tender between the Isle of Anglesey County Council and Betsi Cadwaladr University Health Board (The Authorities). For the purpose of this document, both parties will also be referred to as ‘Commissioners’. Please see Specification Document for further information. CPV: 85000000, 85000000, 85000000, 85000000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Telephone: +44 1248751813

E-mail: elinwilliams@ynysmon.gov.uk

NUTS: UKL11

Internet address(es)

Main address: www.anglesey.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369

I.1) Name and addresses

Betsi Cadwaladr University Health Board

Ysbyty Gwynedd, Penrhosgarnedd,

Bangor

LL57 2PW

UK

Contact person: Sharon Torr

Telephone: +44 1248385330

E-mail: sharon.torr@wales.nhs.uk

NUTS: UKL12

Internet address(es)

Main address: http://www.wales.nhs.uk/

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

Isle of Anglesey County Council

Betsi Cadwaladr University Health Board

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Provision of Domiciliary Care Services on Anglesey

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Tender for the Re-modelling of Domiciliary Care Service on Anglesey.

Joint Tender between the Isle of Anglesey County Council and Betsi Cadwaladr University Health Board (The Authorities). For the purpose of this document, both parties will also be referred to as ‘Commissioners’.

Please see Specification Document for further information.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Patch 1

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKL11


Main site or place of performance:

Anglesey

II.2.4) Description of the procurement

The contracts are based on delivering domiciliary care and Continuing Health Care (CHC). This also includes Extra Care Housing domiciliary care in Patch 1 and in Patch 2.

The Island is going to be split into 3 geographical patches. The areas are based on the Model Môn existing 6 areas with 2 areas of Model Môn being combined into 1 area, making a total of 3 areas in the new contract. All 3 patches have a mixture of urban and rural areas.

The tender has been split into 3 lots as follows:

Lot 1 - Patch 1

Lot 2 - Patch 2

Lot 3 - Patch 3

There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch. Providers will need to rank their submissions in order of preference. There will be only 1 provider working in each patch. The successful provider will be responsible for all Care Packages within their allocated patch. Providers are welcome to create consortiums and bid together for the patches, but supplier collusion will not be permitted.

The provider will need to submit one response to the technical questionnaire but if submitting bids for more than one patch, the commercial envelope will need to be completed separately for each patch.

See specification document for more information.

This procurement exercise will be conducted in accordance with the Light Touch Regime of the Public Contract Regulations 2015 (PCR 2015).

The procurement process to be used is the ‘Competitive Procedure with Negotiation’. The Authority reserves the right to negotiate. The Authorities also have the right to accept the initial bid and may not enter into a separate negotiation stage before asking for best or final offers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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:

The Authorities propose to enter into a 3 Year contract with the option to extend for a further 3 year(s), on the basis 1 + 1 + 1.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2

II.2.1) Title

Patch 2

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

The contracts are based on delivering domiciliary care and Continuing Health Care (CHC). This also includes Extra Care Housing domiciliary care in Patch 1 and in Patch 2.

The Island is going to be split into 3 geographical patches. The areas are based on the Model Môn existing 6 areas with 2 areas of Model Môn being combined into 1 area, making a total of 3 areas in the new contract. All 3 patches have a mixture of urban and rural areas.

The tender has been split into 3 lots as follows:

Lot 1 - Patch 1

Lot 2 - Patch 2

Lot 3 - Patch 3

There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch. Providers will need to rank their submissions in order of preference. There will be only 1 provider working in each patch. The successful provider will be responsible for all Care Packages within their allocated patch. Providers are welcome to create consortiums and bid together for the patches, but supplier collusion will not be permitted.

The provider will need to submit one response to the technical questionnaire but if submitting bids for more than one patch, the commercial envelope will need to be completed separately for each patch.

See specification document for more information.

This procurement exercise will be conducted in accordance with the Light Touch Regime of the Public Contract Regulations 2015 (PCR 2015).

The procurement process to be used is the ‘Competitive Procedure with Negotiation’. The Authority reserves the right to negotiate. The Authorities also have the right to accept the initial bid and may not enter into a separate negotiation stage before asking for best or final offers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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:

The Authorities propose to enter into a 3 Year contract with the option to extend for a further 3 year(s), on the basis 1 + 1 + 1.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3

II.2.1) Title

Patch 3

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

The contracts are based on delivering domiciliary care and Continuing Health Care (CHC). This also includes Extra Care Housing domiciliary care in Patch 1 and in Patch 2.

The Island is going to be split into 3 geographical patches. The areas are based on the Model Môn existing 6 areas with 2 areas of Model Môn being combined into 1 area, making a total of 3 areas in the new contract. All 3 patches have a mixture of urban and rural areas.

The tender has been split into 3 lots as follows:

Lot 1 - Patch 1

Lot 2 - Patch 2

Lot 3 - Patch 3

There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch. Providers will need to rank their submissions in order of preference. There will be only 1 provider working in each patch. The successful provider will be responsible for all Care Packages within their allocated patch. Providers are welcome to create consortiums and bid together for the patches, but supplier collusion will not be permitted.

The provider will need to submit one response to the technical questionnaire but if submitting bids for more than one patch, the commercial envelope will need to be completed separately for each patch.

See specification document for more information.

This procurement exercise will be conducted in accordance with the Light Touch Regime of the Public Contract Regulations 2015 (PCR 2015).

The procurement process to be used is the ‘Competitive Procedure with Negotiation’. The Authority reserves the right to negotiate. The Authorities also have the right to accept the initial bid and may not enter into a separate negotiation stage before asking for best or final offers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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:

The Authorities propose to enter into a 3 Year contract with the option to extend for a further 3 year(s), on the basis 1 + 1 + 1.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

See additional documents within the tender and contract documentations.

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

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/08/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 23/08/2017

IV.2.4) Languages in which tenders or requests to participate may be submitted

CY

EN

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=69058.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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 Isle of Anglesey is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses.

Community Benefits clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social or environmental conditions into the delivery of council contracts.

Community Benefits clauses have, to date, been predominantly utilised in works contracts, however the revised Community Benefits Policy will ensure that Community Benefits are considered and included in all relevant contracts – including works, goods & services contracts.

The Community Benefits Policy will seek to:

-Support delivery of key council priorities

-Consider the inclusion of Community Benefits in all relevant procurement activities and maximise outcomes through the use of Voluntary Community Benefits

-Increase the Community Benefits outcomes generated through the inclusion of Community Benefits clauses within services and goods contracts

-Expand the types of Community Benefits outcomes generated

-Maximise the promotion of Community Benefits outcomes

(WA Ref:69058)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Telephone: +44 1248750057

Internet address(es)

URL: www.anglesey.gov.uk

VI.5) Date of dispatch of this notice

13/07/2017

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
1011 Isle of Anglesey

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
17 July 2017
Deadline date:
14 January 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Isle of Anglesey County Council
Publication date:
19 August 2017
Notice type:
14 Corrigendum
Authority name:
Isle of Anglesey County Council
Publication date:
17 January 2018
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Isle of Anglesey County Council

About the buyer

Main contact:
elinwilliams@ynysmon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
24/07/2017 14:23
Supplier Workshop
Gweithdy Tendr Darpariaeth Gwasanaeth Gofal Cartref Ynys Môn
Mae Cyngor Sir Ynys Môn a Bwrdd Prifysgol Iechyd Betsi Cadwaladr wedi trefnu gweithdy pwrpasol i gynorthwyo darparwyr gyda'r broses o baratoi ymatebion i'r tender hwn. Bydd y gweithdy yn rhedeg trwy'r ffurflen gais ar sail cwestiwn wrth gwestiwn er mwyn dadansoddi anghenion, gan helpu amlinellu agweddau hanfodol sydd angen ei hystyried er mwyn llunio ymatebion addas.
Bydd y gweithdy yn cael ei gynnal gan Gwasanaethau Busnes Mabis, sydd yn rhan o'r cwmni datblygu economaidd annibynol, Menter a Busnes. Mae gan Mabis dros ddegawd o brofiad o ddarparu cefnogaeth arbenigol ar y maes tendro i fusnesau bach a chanolig eu maint. Bydd cynghorydd ar gael i help ateb unrhyw gwestiynau cyffredinol am y broses tendro.
Bydd y gweithdy yn cael ei gynnal ar ddydd Mawrth, 1af o Awst 2017, yng Nghanolfan Ebeneser, Llangefni. Gofynir i ddarparwyr gyrraedd am 1.30yh ar gyfer cychwyn am 2.00yh. Bydd y gweithdy yn gorffen o gwmpas 4.30yh.
Mae'r gweithdy yn rhad ac am ddim i fynychu, ond mae'n hanfodol archebu lle o flaen llaw drwy gysylltu gyda Elin Williams ar ElinWilliams@ynysmon.gov.uk neu ar 01248 751813.
************************************************************************************************
Isle of Anglesey Provision of Domiciliary Care Service Tender Workshop
The Isle of Anglesey County Council and Betsi Cadwaladr University Health Board have arranged a workshop specifically to assist providers with the process of preparing responses for this tender. The workshop will go through the application form question by question to analyse needs, and to help outline essential aspects that need to be taken into consideration in order to form suitable responses.

The workshop will be held by Mabis Business Services, which are part of the independent economic development company, Menter a Busnes. Mabis has over ten years’ experience of providing specialist support in the area of tendering to small and medium-sized enterprises. An advisor will be available to help answer any general questions about the tendering process.

The workshop will be held on Tuesday, 1st August 2017, in Canolfan Ebeneser, Llangefni. Providers are asked to arrive at 1.30pm for a 2.00pm start. The workshop will finish at approximately 4.30pm.

The workshop is free of charge to attend, but you must book a place in advance by contacting Elin Williams on ElinWilliams@ynysmon.gov.uk or on 01248 751813.
27/07/2017 15:06
REPLACED FILE: Commercial Questionnaire
Commercial Questionnaire (Updated)
28/07/2017 14:55
REPLACED FILE: Technical Questionnaire
Technical Questionnaire (UPDATED)
08/08/2017 15:21
REPLACED FILE: Commercial Questionnaire
Commercial Questionnaire (Amended)
08/08/2017 15:43
ADDED FILE: Sell2Wales Answers
Sell2Wales Answers
17/08/2017 13:22
Notice date(s) changed
IV.2.2) Time limit
Old date: 23/08/2017 12:00
New date: 31/08/2017 12:00

To allow sufficient time for suppliers to submit a tender response.
24/08/2017 13:20
ADDED FILE: Domiciliary Care Presentation
Domiciliary Care Presentation Information
15/01/2018 14:56
Notice Cancelled
This notice has been cancelled. The original deadline date of 31/08/2017 is no longer applicable.

The Council will be retendering the services this month.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

zip
zip5.44 MB
This file may not be accessible.
zip
zip32.72 KB
This file may not be accessible.
docx
docx229.26 KB
This file may not be accessible.
pdf
pdf1.38 MB
This file may not be accessible.
docx
docx16.83 KB
This file may not be accessible.
zip
zip1.14 MB
This file may not be accessible.
docx
docx188.39 KB
This file may not be accessible.
zip
zip5.68 MB
This file may not be accessible.
pdf
pdf1.51 MB
This file may not be accessible.
docx
docx13.35 KB
This file may not be accessible.
doc
doc307.50 KB
This file may not be accessible.
docx
docx169.56 KB
This file may not be accessible.
zip
zip1.41 MB
This file may not be accessible.
docx
docx19.16 KB
This file may not be accessible.
doc
doc327.00 KB
This file may not be accessible.
docx
docx13.87 KB
This file may not be accessible.
zip
zip276.66 KB
This file may not be accessible.
pdf
pdf699.33 KB
This file may not be accessible.
zip
zip211.94 KB
This file may not be accessible.
xlsx
xlsx302.52 KB
This file may not be accessible.
zip
zip782.64 KB
This file may not be accessible.
doc
doc35.00 KB
This file may not be accessible.
zip
zip469.02 KB
This file may not be accessible.

Replaced documents


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.