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

Provision of multi-disciplinary professional expertise and capacity - specialist technical support for project delivery and implementation

  • First published: 20 February 2025
  • Last modified: 20 February 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-kuma6s-147942
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
20 February 2025
Deadline date:
31 March 2025
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 to support capital project delivery and implementation work undertaken by its Economic Development Function. CPV: 72224000, 71240000, 71356400, 71400000, 71410000, 90712000, 71541000.

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 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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of multi-disciplinary professional expertise and capacity - specialist technical support for project delivery and implementation

II.1.2) Main CPV code

72224000

 

II.1.3) Type of contract

Services

II.1.4) Short description

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 to support capital project delivery and implementation 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 to support capital project delivery and implementation 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, writing and submitting business cases and funding bids, project development (concepts through to detailed proposals), strategic planning and consenting, monitoring & evaluation as well as also overseeing on-the-ground delivery and implementation of a range of diverse (and sometimes complex) capital projects.

Whilst this Framework focuses on specialist technical support needed to underpin project delivery and implementation, a separate Framework is being tendered to provide the support needed for socio-economics, strategic project development, planning & consenting and securing of funding.  It is, however, anticipated that, at times, there will be a need for close joint working between both successful tenderers (as well as the Council’s Framework Legal advisors), to ensure effective and efficient transition from strategic planning through to implementation and delivery of various plans, programmes and proposals.

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 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.2.1) 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=147942.

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:147942)

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

Coding

Commodity categories

ID Title Parent category
71240000 Architectural, engineering and planning services Architectural and related services
71541000 Construction project management services Construction management services
90712000 Environmental planning Environmental management
72224000 Project management consultancy services Systems and technical consultancy services
71356400 Technical planning services Technical services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural 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.

About the buyer

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

Further information

Date Details
No further information has been uploaded.

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

docx
docx
docx17.69 KB
This file may not be accessible.
xlsx
xlsx12.01 KB
This file may not be accessible.
docx
docx95.50 KB
This file may not be accessible.
doc
doc267.50 KB
This file may not be accessible.
docx
docx120.61 KB
This file may not be accessible.
docx
docx169.68 KB
This file may not be accessible.
docx
docx98.15 KB
This file may not be accessible.
docx
docx865.05 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.