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: Bethan Williams
Telephone: +44 1248751867
E-mail: blwss@anglesey.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.1) Name and addresses
Betsi Cadwaladr University Health Board
Ysbyty Gwynedd, Penrhos Garnedd
Bangor
LL56 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: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
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
Provision of specialist care and support on the Isle of Anglesey
II.1.2) Main CPV code
85000000
Â
II.1.3) Type of contract
Services
II.1.4) Short description
Tender for the provision of specialist care and support on the Isle of Anglesey.
Joint tender between the Isle of Anglesey and Betsi Cadwaladr University Health board (The Authorities) For the purpose of this document, both parties will also ne referred to as 'Commissioners'.
Please see Specification Document for further information.
II.1.5) Estimated total value
Value excluding VAT:
1 400 000.00Â
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
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
Provision of specialist care and support:
X is an 18 year old who currently resides in a community residential care setting, receiving 24-hour support. Every fortnight X returns to the Island to stay with her family from Friday after school to Monday morning school return.
The multi-disciplinary team supporting X is currently looking into X moving to live to her own property in Ynys Môn with a team of staff providing a specialist care and support.
See specification document for more information.
This procurement 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
/ Weighting: 70
Cost criterion: cost/weighting
/ 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 of 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
II.2.14) Additional information
See specification document for more information.
This procurement 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.
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 documentation.
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:
10/12/2018
Local time: 10:00
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:
10/12/2018
Local time: 10:00
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 https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=87044.
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.
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:
Targeted recruitment and training initiatives
Education support initiatives
Community and Environmental initiatives
Equality and diversity initiatives
(WA Ref:87044)
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
09/11/2018