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 Isle of Anglesey County Council’s Transition Route Map to Carbon Neutrality

  • First published: 20 April 2021
  • Last modified: 20 April 2021
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-109933
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
20 April 2021
Deadline date:
24 May 2021
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
Yes
Has Carbon Reduction Plan:
N/A

Abstract

Transitioning the Isle of Anglesey County Council to carbon neutrality, will require among other areas, decarbonising: travel, transport, leisure, procured goods and services, waste, environment, smallholding land and buildings, commercial buildings, libraries/galleries, education (including schools) and domestic housing stock, whilst also taking into account human behavioural change. The IACC wishes to work collaboratively with an experienced company that can provide professional capacity, expertise knowledge and design to assist the IACC in transitioning to carbon neutrality. Potential activities and outputs include the creation of baseline, draft corporate policies and protocols, infrastructure investment plans, associated business case/ justification, benefits realisation plans, specifications, cost benefit analysis, delivery action plan, and monitoring and reporting framework. CPV: 71311300, 71311000, 71311210, 71313000, 71240000, 90700000, 45262640, 71311200, 71311300, 79418000.

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 1248752300

E-mail: DylanLlewelynJones@ynysmon.gov.uk

NUTS: UKL11

Internet address(es)

Main address: www.anglesey.gov.uk

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Transition to Carbon Neutrality (Net-Zero)

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Isle of Anglesey County Council’s Transition Route Map to Carbon Neutrality

II.1.2) Main CPV code

71311300

 

II.1.3) Type of contract

Services

II.1.4) Short description

Transitioning the Isle of Anglesey County Council to carbon neutrality, will require among other areas, decarbonising: travel, transport, leisure, procured goods and services, waste, environment, smallholding land and buildings, commercial buildings, libraries/galleries, education (including schools) and domestic housing stock, whilst also taking into account human behavioural change.

The IACC wishes to work collaboratively with an experienced company that can provide professional capacity, expertise knowledge and design to assist the IACC in transitioning to carbon neutrality. Potential activities and outputs include the creation of baseline, draft corporate policies and protocols, infrastructure investment plans, associated business case/ justification, benefits realisation plans, specifications, cost benefit analysis, delivery action plan, and monitoring and reporting framework.

II.1.5) Estimated total value

Value excluding VAT: 1 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71311000

71311210

71313000

71240000

90700000

45262640

71311200

71311300

79418000

II.2.3) Place of performance

NUTS code:

UKL11

II.2.4) Description of the procurement

Transitioning the Isle of Anglesey County Council to carbon neutrality, will require among other areas, decarbonising: travel, transport, leisure, procured goods and services, waste, environment, smallholding land and buildings, commercial buildings, libraries/galleries, education (including schools) and domestic housing stock, whilst also taking into account human behavioural change.

The IACC wishes to work collaboratively with an experienced company that can provide professional capacity, expertise knowledge and design to assist the IACC in transitioning to carbon neutrality. Potential activities and outputs include the creation of baseline, draft corporate policies and protocols, infrastructure investment plans, associated business case/ justification, benefits realisation plans, specifications, cost benefit analysis, delivery action plan, and monitoring and reporting framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality (Technical) / Weighting: 80

Cost criterion: Cost (Commercial) / Weighting: 20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2) Conditions related to the contract

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 24/05/2021

Local time: 12:00

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

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 24/05/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=109933.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

(WA Ref:109933)

Download the ESPD document here: https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=109933

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

WC2A 2LL

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

20/04/2021

Coding

Commodity categories

ID Title Parent category
71240000 Architectural, engineering and planning services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
45262640 Environmental improvement works Special trade construction works other than roof works
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71311210 Highways consultancy services Civil engineering consultancy services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
79418000 Procurement consultancy services Business and management consultancy services
71311200 Transport systems consultancy services Civil engineering consultancy 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:
20 April 2021
Deadline date:
24 May 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Isle of Anglesey County Council
Publication date:
27 July 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Isle of Anglesey County Council

About the buyer

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

Further information

Date Details
18/05/2021 17:00
Question Submitted by Email
The following questions were submitted by e-mail, however, the Isle of Anglesey County Council was not able to refer the prospective applicant to Sell2Wales before the clarification deadline had passed. Therefore, the questions and answers are provided below for transparency and fairness:

Q1. Are you able to quantify a budget for this tender. The documentation gives the impression that there is £1000,000.

A1. 1. The potential maximum value of the framework agreement over a period of 4 years is £1M pounds. It is envisaged that call-off contracts shall be awarded under this framework on the basis of ‘Instructions for Work’ (work packages) for each activity.

Q2. This many be a misunderstanding on my part but if correct i would ask a further question, where does the funding originate?

A2. 2. The majority of the funding will be based on the Isle of Anglesey County Council being successful in securing external funding.

Q3. Secondly, the brief is very comprehensive and of a very high standard, has the council employed a consultancy to assist in drafting the brief and if so will they be bidding for the work.

A3. The brief was prepared internally by IACC officers.
18/05/2021 17:00
Question Submitted by Email
The following questions were submitted by e-mail, however, the Isle of Anglesey County Council was not able to refer the prospective applicant to Sell2Wales before the clarification deadline had passed. Therefore, the questions and answers are provided below for transparency and fairness:

Q1. Are you able to quantify a budget for this tender. The documentation gives the impression that there is £1000,000.

A1. 1. The potential maximum value of the framework agreement over a period of 4 years is £1M pounds. It is envisaged that call-off contracts shall be awarded under this framework on the basis of ‘Instructions for Work’ (work packages) for each activity.

Q2. This many be a misunderstanding on my part but if correct i would ask a further question, where does the funding originate?

A2. 2. The majority of the funding will be based on the Isle of Anglesey County Council being successful in securing external funding.

Q3. Secondly, the brief is very comprehensive and of a very high standard, has the council employed a consultancy to assist in drafting the brief and if so will they be bidding for the work.

A3. The brief was prepared internally by IACC officers.

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

doc
doc267.00 KB
This file may not be accessible.
doc
doc291.50 KB
This file may not be accessible.
xlsx
xlsx11.58 KB
This file may not be accessible.
docx
docx109.12 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these 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.