Tender

The Isle of Anglesey County Council’s Transition Route Map to Carbon Neutrality

  • Isle of Anglesey County Council

F02: Contract notice

Notice identifier: 2021/S 000-008359

Procurement identifier (OCID): ocds-h6vhtk-02a818

Published 20 April 2021, 2:15pm



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

DylanLlewelynJones@ynysmon.gov.uk

Telephone

+44 1248752300

Country

United Kingdom

NUTS code

UKL11 - Isle of Anglesey

Internet address(es)

Main address

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

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

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

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