Social and other specific services – public contracts
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: Sioned Rowlands
Telephone: +44 1248750057
E-mail: sionedrowlands@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
Cyngor Gwynedd Council
Uned Caffael / Procurement Unit, Swyddfeydd y Cyngor, Stryd y Jel / Council Offices, Shirehall Street
Caernarfon
LL55 1SH
UK
Contact person: Arwel Evans
Telephone: +44 1286679787
E-mail: arwelapifanevans@gwynedd.llyw.cymru
NUTS: UKL12
Internet address(es)
Main address: www.gwynedd.llyw.cymru
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Dynamic Purchasing System for the provision of Adult and Community Learning - Anglesey and Gwynedd
Reference number: 44688
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Gwynedd and Anglesey Community Learning Partnership invites suitably qualified organisations to tender for the provision of high quality and cost effective range of education and skills services to adults aged 19 years and above.
This Contract Notice is an invitation to qualify to participate in a Open Dynamic Purchasing System (DPS) which through conducting further competitions will seek to award and appoint Service providers meet the objectives of the Partnership.
The Gwynedd and Anglesey Partnership was formed in 2006 to bring together learning providers and organisations supporting people to gain skills and confidence through learning. By offering courses, both accredited and non-accredited, the Partnership seeks to support the Welsh Governments vision
“A Wales where learning is at the core of all we do; where participation in learning is encouraged and rewarded; and where people have equal opportunities to gain the skills for life and work that they need to prosper.”
The DPS comprises of individual lots, specialising in learning outcomes and areas of expertise. Please follow the instructions in the invitation to participate document to tender for this opportunity.
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:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Data collection and entry to the Lifelong Learning Wales Record (LLWR)
II.2.2) Additional CPV code(s)
75121000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This Lot will be subject to a contract for the life of the DPS. The successful provider will demonstrate the ability to fully comply with the Welsh Government’s data collection guidance and adhere to the Contracting Authority’s Data regulations.
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
Adult Basic Education
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Including but not exclusively courses around the Essential Skills Wales Framework for Literacy, Numeracy and Digital Literacy.
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
Digital Inclusion
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Including but not exclusively basic ICT courses and Digital Surgeries providing instruction in the use of various devices.
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: 4
II.2.1) Title
Employability
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Courses that offer skills which improve an individual / group’s employment prospects – must not duplicate any other Government funded provision available within an area.
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: 5
II.2.1) Title
Wellbeing
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Courses that improve an individual’s wellbeing – including but not exclusively Meditation, Mindfulness, Basic Cookery and lifestyle courses.
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: 6
II.2.1) Title
Entrepreneurship
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Courses that will introduce skills needed by individuals or groups to start their own enterprises, this can include book keeping, basic marketing and publicity - must not duplicate any other Government funded provision available within an area.
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: 7
II.2.1) Title
Return to Learning
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Engagement activities and taster sessions – including but not exclusively craft, creative writing, art, floral art, basic home maintenance, home furnishing – some of these activities may lead to full cost recovery courses which the provider or other members of the ACL Network may offer.
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.1.4) Objective rules and criteria for participation
See document titled 'Invitation to Participate' available at https://etenderwales.bravosolution.co.uk/home.html
Project Code 44688
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
Justification for any framework agreement duration exceeding 4 years: Establishment of o Dynamic Purchasing System
IV.1.11) Main features of the award procedure:
See document titled 'Invitation to Participate' at https://etenderwales.bravosolution.co.uk/home.html
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/10/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.3) Additional information
.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=102665
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:
Anglesey and Gwynedd Council, in support of Welsh Government’s Code of Practice on Ethical employment in
supply chains, confirms that it has and/or commits to put the following processes in place :-
- An ethical employment statement to be displayed on the Council website
- Appointment of an Anti-slavery and Ethical Employment Champion at Cabinet level
- Whistle-blowing policy for staff to raise suspicions of unlawful and unethical employment
practices taking place and a point of contact for the public to raise any such concerns in
relation to the supply chain
- Training for those involved in buying/procurement or recruitment in modern slavery and
ethical employment practices via Welsh Government’s e-module
- Incorporation of the Council’s Ethical employment statement within procurement
documentation as well as inclusion of questions associated with the topic within tenders and
conditions of contract where appropriate
- Payment of our suppliers on time (within 30 days)
- No unfair use of false self-employment, umbrella schemes or zero hours contracts which
would result in avoidance of Tax/National Insurance or in any way unduly disadvantage its
workers in terms of pay, rights, opportunities
- Staff to have access to a Trade Union without risk of any form of discrimination
- Any staff on outsourced contracts to retain their terms and conditions of employment
- An annual written statement outlining progress on principles within the code, including
Modern Slavery, and plans for any future action to demonstrate the Council’s support of the
Code of Practice.
Further progress on any remaining commitments will be identified within the Council’s annual
statement.
In order for the Code of Practice to have the utmost impact on ethical employment in supply chains,
Anglesey and Gwynedd Council will expect that all its suppliers (and subsequent supply chains) make efforts to
put in place similar processes so as to ensure that no individual is subject to any form of employment
discrimination.
http://gov.wales/topics/improvingservices/bettervfm/code-of-practice/?lang=en
(WA Ref:102665)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
09/09/2020