Tender

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

  • Isle of Anglesey County Council

F02: Contract notice

Notice identifier: 2025/S 000-006420

Procurement identifier (OCID): ocds-h6vhtk-0299da

Published 20 February 2025, 4:49pm



The closing date and time has been changed to:

28 April 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

Email

steffanhughes@ynysmon.gov.uk

Telephone

+44 1248750057

Country

United Kingdom

NUTS code

UKL11 - Isle of Anglesey

Internet address(es)

Main address

https://www.anglesey.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

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

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71356400 - Technical planning services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 90712000 - Environmental planning
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKL11 - Isle of Anglesey

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-004713

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

Originally published as:

Date

31 March 2025

Local time

12:00pm

Changed to:

Date

28 April 2025

Local time

12:00pm

See the change notice.

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

English, Welsh

four.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)

four.2.7) Conditions for opening of tenders

Date

31 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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=147942.

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:147942)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

WC2A 2LL

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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