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
Â
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:
2 000 000.00Â
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:Â
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:Â
30
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00Â
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:Â
30
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00Â
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: 6Â (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