CONTRACT AWARD NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Wrexham County Borough Council |
Lambpit Street, |
Wrexham |
LL11 1AR |
UK |
Finance
Rachel Glynn Thomas |
+44 1978292792 |
|
|
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0264
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
WCBC Diagnostic Review and possible Implementation for LEAN Process Improvements
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract11
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Wrexham County Borough Council Office Locations UKL23 |
II.1.3)
|
This notice involves a framework agreement
|
II.1.4)
|
Short description of the contract or purchase(s)
To support Wrexham County Borough Councils change programme an external provider is required to support a series of ‘lean interventions’ across the whole authority with a view to implementing proposals to deliver any identified efficiencies. The authority anticipates that this will be in two phases; Phase One would be a diagnostic review to identify opportunities and if progressed to Phase Two, the implementation phase in partnership with the Council to deliver efficiencies.
There is a desire to minimise transactional activity by driving efficiencies throughout the Organisation and whilst it is understood that we need to be regulated and performance managed it is also recognised that these functions will reduce proportionately to the size of the organisation, hence, the Consultant is also expected to address these issues as part of the engagement.
With the core purpose maximising customer value and eliminating waste and costs ‘Lean interventions’ will be carried out in the areas identified across the Authority and will need to be closely monitored (by both the Consultant and the Council) with the Consultant expected to consult and engage regularly with key Council Officers / Members. The purpose is to maximise customer value while minimising waste, simply by creating more value for customers with fewer resources. Another key factor is for the consultant to facilitate knowledge transfer onto the authority.
The consultant will be expected to track progress and report in terms of the following key areas:
- Identified
- Business Case Approved
- In Delivery
- Payment made based on Delivered
The commercial basis for this engagement will be:
- Fixed lump sum payment for diagnostic review work. This should be recoverable through the implementation phase, provided that it is progressed.
- Risk reward payment for implementation of findings – the supplier will be paid entirely according to cashable benefits realised. Based on the "delivered" phase.
- Cap on reward – there will be a ‘cap’ placed on the reward payments made.
- Clear outcomes must be identifiable and achievable in relation to all recommendations.
- Financial and, where necessary performance, baseline to be signed off by s.151 officer before commencement of the diagnostic.
- Agreement of scope of opportunities to be determined ahead of the diagnostic work, for example, ceasing a service will not contribute to the financial gain for the purposes of risk and reward payments.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73220000 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) Yes |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
1000000
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria
|
|
|
|
Quality |
60 |
|
Commercial |
40 |
|
IV.2.2)
|
An electronic auction has been used No
|
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
PROC-13-52
|
IV.3.2)
|
Previous publication(s) concerning the same contract 2013/S 191-329665 02-10-2013
Other previous publications
|
Section V: Award of contract
|
|
|
V.1)
|
Date of contract award: 01-07-2014 |
V.2)
|
Numbers of offers received:8 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Pricewaterhousecoopers |
1 Kingsway |
Cardiff |
CF10 3PW |
UK |
|
|
|
|
|
V.4)
|
Information on value of contract |
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
(WA Ref:20866)
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Lodging of appealsWrexham County Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 06-01-2015 |