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
DylanLlewelynJones@ynysmon.gov.uk
Telephone
+44 1248752300
Country
United Kingdom
NUTS code
UKL11 - Isle of Anglesey
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Transition to Carbon Neutrality (Net-Zero)
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Isle of Anglesey County Council’s Transition Route Map to Carbon Neutrality
two.1.2) Main CPV code
- 71311300 - Infrastructure works consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Transitioning the Isle of Anglesey County Council to carbon neutrality, will require among other areas, decarbonising: travel, transport, leisure, procured goods and services, waste, environment, smallholding land and buildings, commercial buildings, libraries/galleries, education (including schools) and domestic housing stock, whilst also taking into account human behavioural change.
The IACC wishes to work collaboratively with an experienced company that can provide professional capacity, expertise knowledge and design to assist the IACC in transitioning to carbon neutrality. Potential activities and outputs include the creation of baseline, draft corporate policies and protocols, infrastructure investment plans, associated business case/ justification, benefits realisation plans, specifications, cost benefit analysis, delivery action plan, and monitoring and reporting framework.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71311210 - Highways consultancy services
- 71313000 - Environmental engineering consultancy services
- 71240000 - Architectural, engineering and planning services
- 90700000 - Environmental services
- 45262640 - Environmental improvement works
- 71311200 - Transport systems consultancy services
- 71311300 - Infrastructure works consultancy services
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
two.2.4) Description of the procurement
Transitioning the Isle of Anglesey County Council to carbon neutrality, will require among other areas, decarbonising: travel, transport, leisure, procured goods and services, waste, environment, smallholding land and buildings, commercial buildings, libraries/galleries, education (including schools) and domestic housing stock, whilst also taking into account human behavioural change.
The IACC wishes to work collaboratively with an experienced company that can provide professional capacity, expertise knowledge and design to assist the IACC in transitioning to carbon neutrality. Potential activities and outputs include the creation of baseline, draft corporate policies and protocols, infrastructure investment plans, associated business case/ justification, benefits realisation plans, specifications, cost benefit analysis, delivery action plan, and monitoring and reporting framework.
two.2.5) Award criteria
Quality criterion - Name: Quality (Technical) / Weighting: 80
Cost criterion - Name: Cost (Commercial) / 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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.7) Conditions for opening of tenders
Date
24 May 2021
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=109933.
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:109933)
Download the ESPD document here: https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=109933
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
WC2A 2LL
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