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: 01 March 2018
  • Last modified: 01 March 2018

Contents

Summary

OCID:
ocds-kuma6s-078098
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
01 March 2018
Deadline date:
04 April 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

Contact person: Sara Jones

Telephone: +44 1248752766

E-mail: Sarajones3@anglesey.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 Cadwaladar 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/

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

I.2) Joint procurement

The contract involves joint procurement

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 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 ‘Open Procedure'.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Price / Weighting: 30

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

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


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 ‘Open Procedure’.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Price / Weighting: 30

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

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


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 ‘Open Procedure’

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Quality criterion: Price / Weighting: 30

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

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

Open procedure

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: 04/04/2018

Local time: 12:00

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

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/04/2018

Local time: 12:00

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

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.

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=78098.

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:

Community Benefits

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.

Community Benefit 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 social, economic or environmental conditions into the delivery of council contracts.

Community Benefits which will be targeted for delivery include, but are not restricted to, delivery of the following:

- Targeted Recruitment and Training Initiatives

- Educational Support Initiatives

- Vocational Training

- Supply Chain Development

- Community and Environmental Initiatives

- Supported Business, Third Sector and Voluntary Initiatives

- Social Enterprise and Co-operative Initiatives

- Equality and Diversity Initiatives

- Poverty Initiatives

(WA Ref:78098)

The buyer considers that this contract is suitable for consortia bidding.

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

28/02/2018

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:
01 March 2018
Deadline date:
04 April 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Isle of Anglesey County Council
Publication date:
01 October 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Isle of Anglesey County Council

About the buyer

Main contact:
Sarajones3@anglesey.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
14/03/2018 17:14
Typing error in Technical questionnaire and Clarification
Technical Questionnaire - Question O2.
Demonstration of effective training and appropriately qualified staff: Last bullet point currently asks • Number of staff qualified to level QCF and above (current employees)

This should ask: •Number of staff qualified to level 4 QCF and above (current employees)

The same questions asks for number of staff trained in effective safeguarding in the 12 month period. - Clarification: Should your programme of training mean that this particular training is not due within this year i.e. you have a 3 year rolling programme etc. please specify this in your response.

Where do I record those staff who can be registered under the competency route?

This needs to be put into the area where you as an applicant feels it provides evidence of training and qualification.


16/03/2018 16:03
Clarification - Technical Questionnaire
Section K has two different headings in two different areas. Quality performance and Outcomes, Sustainability and Delivery. The correct heading for Section K is Quality Performance and Outcomes as detailed below and in the ITT.

Section K: Quality performance and outcomes
Section L: Sustainability and Delivery
Section M: Community Benefit and added Value
Section N: Safeguarding
Section O: Specialist knowledge
23/03/2018 09:56
REPLACED FILE: Commercial Questionnaire Amended
Commercial Questionnaire
27/03/2018 13:44
REPLACED FILE: Official Sensitive - Invitation to Tender Final
Previous copy had narrative from draft versions (page 16/17)which should have been removed.
27/03/2018 13:50
REPLACED FILE: Swyddogol Sensitif - Gwahoddiad i Dendro
Previous copy had narrative from draft document page 16 which should have been removed.
28/03/2018 12:02
Nodyn Atgoffa / Reminder
Annwyl ymgeisydd

Nodyn i'ch atgoffa bod y dyddiad cau ar gyfer y tendr hwn yw 12:00 4ydd Ebrill 2018. Byddwch yn ymwybodol bod lanlwytho eich cyflwyniad yn gallu gymryd ychydig o oriau ac y dylai gychwyn y broses ymhell cyn y dyddiad cau i sicrhau ei fod wedi gwblhau yn llawn ac a gyflwynwyd gan y toriad oddi ar amser.

Diolch



Dear Applicant

A reminder that the closing date for this tender is 12:00 4th April 2018. Please be aware that uploading your submission can take a few hours and as such you should start the process well in advance of the deadline to ensure it is fully completed and submitted by the cut off time.

Thank you

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

xls
xls53.00 KB
This file may not be accessible.
docx
docx229.08 KB
This file may not be accessible.
docx
docx36.15 KB
This file may not be accessible.
docx
docx33.68 KB
This file may not be accessible.
docx
docx17.70 KB
This file may not be accessible.
docx
docx17.09 KB
This file may not be accessible.
docx
docx25.29 KB
This file may not be accessible.
docx
docx26.34 KB
This file may not be accessible.
docx
docx17.10 KB
This file may not be accessible.
docx
docx18.89 KB
This file may not be accessible.
docx
docx121.68 KB
This file may not be accessible.
docx
docx71.68 KB
This file may not be accessible.
docx
docx20.87 KB
This file may not be accessible.
docx
docx23.34 KB
This file may not be accessible.
docx
docx21.79 KB
This file may not be accessible.
docx
docx23.65 KB
This file may not be accessible.
docx
docx18.44 KB
This file may not be accessible.
docx
docx18.58 KB
This file may not be accessible.
docx
docx22.29 KB
This file may not be accessible.
docx
docx24.87 KB
This file may not be accessible.
docx
docx19.28 KB
This file may not be accessible.
docx
docx22.27 KB
This file may not be accessible.
docx
docx27.61 KB
This file may not be accessible.
docx
docx26.57 KB
This file may not be accessible.
docx
docx20.77 KB
This file may not be accessible.
docx
docx22.16 KB
This file may not be accessible.
docx
docx187.97 KB
This file may not be accessible.
docx
docx768.01 KB
This file may not be accessible.
doc
doc368.50 KB
This file may not be accessible.
doc
doc393.50 KB
This file may not be accessible.
docx
docx13.30 KB
This file may not be accessible.
docx
docx199.62 KB
This file may not be accessible.
docx
docx140.28 KB
This file may not be accessible.
docx
docx140.28 KB
This file may not be accessible.
xlsx
xlsx302.65 KB
This file may not be accessible.
doc
doc35.00 KB
This file may not be accessible.
xls
xls45.50 KB
This file may not be accessible.
pdf
pdf782.54 KB
This file may not be accessible.
pdf
pdf1.28 MB
This file may not be accessible.
pdf
pdf481.27 KB
This file may not be accessible.
doc
doc5.83 MB
This file may not be accessible.
xls
xls87.50 KB
This file may not be accessible.
pdf
pdf1.63 MB
This file may not be accessible.
pdf
pdf932.45 KB
This file may not be accessible.
pdf
pdf472.82 KB
This file may not be accessible.
pdf
pdf1.66 MB
This file may not be accessible.
pdf
pdf229.92 KB
This file may not be accessible.
pdf
pdf567.91 KB
This file may not be accessible.
pdf
pdf487.96 KB
This file may not be accessible.
pdf
pdf698.20 KB
This file may not be accessible.
DOC
DOC1.38 MB
This file may not be accessible.
docx
docx169.45 KB
This file may not be accessible.
docx
docx18.65 KB
This file may not be accessible.
doc
doc4.64 MB
This file may not be accessible.
pdf
pdf363.75 KB
This file may not be accessible.
pdf
pdf539.30 KB
This file may not be accessible.
pdf
pdf699.33 KB
This file may not be accessible.
pdf
pdf372.97 KB
This file may not be accessible.
doc
doc249.50 KB
This file may not be accessible.
doc
doc402.00 KB
This file may not be accessible.
pdf
pdf530.10 KB
This file may not be accessible.
doc
doc595.00 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.