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 1248750057
E-mail: steffanhughes@ynysmon.gov.uk
NUTS: UKL11
Internet address(es)
Main address: https://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:
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
Other: Regulation and Economic Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The provision of multi-disciplinary professional expertise and capacity - strategic development and planning
II.1.2) Main CPV code
72224000
II.1.3) Type of contract
Services
II.1.4) Short description
1.1 The Isle of Anglesey County Council (IACC) wish to procure a suitably qualified and experienced consultancy to call upon, as needed, to provide multi-disciplinary professional expertise and capacity support for strategic development and planning work undertaken by its Economic Development Function
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71240000
71356400
71400000
71410000
90712000
71541000
II.2.3) Place of performance
NUTS code:
UKL11
II.2.4) Description of the procurement
The Isle of Anglesey County Council (IACC) wish to procure a suitably qualified and experienced consultancy to call upon, as needed, to provide multi-disciplinary professional expertise and capacity support for strategic development and planning work undertaken by its Economic Development Function.
The Team, part of the Council’s Regulation and Economic Development Service (REDS), is a small but busy one. Duties cover a range of activities from socio-economic analysis and statistical baselining to understand the locality and justify the Council’s own plans and proposals, project development (concepts through to detailed proposals), associated strategic planning, formal business planning and bid writing, consenting, on-the-ground delivery and subsequent monitoring and evaluation of outputs and outcomes.
The team also responds, on behalf of the Council, to policy consultations in respect of, for example, new plans and policies being proposed by Welsh of UK Governments or other key national and regional partners (such as the Nuclear Decommissioning Authority or the North Wales Economic Ambition Board / Ambition North Wales). It also provides views on e.g. economic impact assessments and other related analyses presented as part of planning applications to colleagues in the Councils Planning and Development Management Team
.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ 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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-004713
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/03/2025
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:
31/03/2025
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 http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=148155.
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.
(WA Ref:148155)
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
20/02/2025