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.

Contract Notice

Major Energy Developments: Multi-disciplinary and Professional Expertise Framework Agreement

  • First published: 16 October 2015
  • Last modified: 16 October 2015

Contents

Summary

OCID:
ocds-kuma6s-035512
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
16 October 2015
Deadline date:
16 November 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Isle of Anglesey County Council (IACC) wish to enter into a Single User/ Single Supplier Framework Agreement with a suitably qualified and experienced companies to provide multi-disciplinary and professional service support to the development and implementation of activities relating to Major Energy Developments on the Island with particular regard to the proposed new nuclear build at Wylfa. CPV: 45251110, 72222000, 71240000, 90712000, 72222200, 72224100, 71356400, 30196000, 72222300, 72223000, 71311300, 72224000, 72212331, 79421000, 48331000, 79311410, 71311210, 90715230, 79112100.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices

Llangefni

LL77 7TW

UK

Economic & Community Regeneration

Osian W Roberts

+44 1248752435

owrpl@ynysmon.gov.uk


www.anglesey.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0369

www.sell2wales.gov.uk

www.sell2wales.gov.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Major Energy Developments: Multi-disciplinary and Professional Expertise Framework Agreement

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

11

II.1.2)

Main site or location of works, place of delivery or performance

Isle of Anglesey



UKL11

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

N/A

Estimated total value of purchases for the entire duration of the framework agreement

1200000.00GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Isle of Anglesey County Council (IACC) wish to enter into a Single User/ Single Supplier Framework Agreement with a suitably qualified and experienced companies to provide multi-disciplinary and professional service support to the development and implementation of activities relating to Major Energy Developments on the Island with particular regard to the proposed new nuclear build at Wylfa.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=35512.

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.uk/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.

II.1.6)

Common Procurement Vocabulary (CPV)

45251110
72222000
71240000
90712000
72222200
72224100
71356400
30196000
72222300
72223000
71311300
72224000
72212331
79421000
48331000
79311410
71311210
90715230
79112100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

2500000.00
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

This framework agreement will be paid on a 'Delivery Payment' basis where payment will be made to supplier upon the delivery of completed work, or by staged payment arrangement where this has been agreed beforehand.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

This framework agreement will be procured over a 2+1+1 year period (4 year total) where the agreement will be formally reviewed according to the preceding period.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(7) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 16-11-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 16-11-2015  12:00
Isle of Anglesey County Council

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:35512)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Isle of Anglesey County Council

Council Offices

Llangefni

LL77 7TW

UK

owrpl@ynysmon.gov.uk

+44 1248752435

www.anglesey.gov.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Isle of Anglesey County Council

Council Offices

LLangefni

LL77 &TW

UK

owrpl@anglesey.gov.uk

+44 1248752435

www.anglesey.gov.uk

VI.5)

Dispatch date of this Notice

 16-10-2015

Coding

Commodity categories

ID Title Parent category
71240000 Architectural, engineering and planning services Architectural and related services
79311410 Economic impact assessment Survey services
90712000 Environmental planning Environmental management
71311210 Highways consultancy services Civil engineering consultancy services
90715230 Industrial waste site investigation Pollution investigation services
72222200 Information systems or technology planning services Information systems or technology strategic review and planning services
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
45251110 Nuclear-power station construction work Construction works for power plants and heating plants
30196000 Planning systems Various office equipment and supplies
72224000 Project management consultancy services Systems and technical consultancy services
72212331 Project management software development services Programming services of application software
48331000 Project management software package Scheduling and productivity software package
79421000 Project-management services other than for construction work Management-related services
79112100 Stakeholders representation services Legal representation services
72224100 System implementation planning services Project management consultancy services
71356400 Technical planning services Technical 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.

Document family

Notice details
Publication date:
16 October 2015
Deadline date:
16 November 2015 00:00
Notice type:
Contract Notice
Authority name:
Isle of Anglesey County Council
Publication date:
09 March 2016
Notice type:
Contract Award Notice
Authority name:
Isle of Anglesey County Council

About the buyer

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

Further information

Date Details
23/10/2015 15:01
ADDED FILE: Isle of Anglesey Terms & Conditions
Isle of Anglesey County Council - Example Terms & Conditions
09/11/2015 16:09
REPLACED FILE: IACC Example T&C & Contract
Isle of Anglesey County Council - Example Terms & Conditions & Contract

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

doc
doc562.50 KB
This file may not be accessible.
doc
doc195.50 KB
This file may not be accessible.
pdf
pdf202.28 KB
This file may not be accessible.

Replaced documents

rtf

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.