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

Strategic Partner to Deliver IT, Revenues and Benefits Services.

  • First published: 19 August 2015
  • Last modified: 19 August 2015
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Craven District Council
Authority ID:
AA21503
Publication date:
19 August 2015
Deadline date:
14 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Selby and Craven District Councils are seeking a dynamic and ambitious strategic partner to collaborate with for the delivery of Revenues and Benefits and IT Services.

We are seeking a strategic partner to secure the additional resilience, and innovation which builds on the existing strong performance of the two councils in Revenues and Benefits and IT. The councils are open to exploring innovative ways of structuring any partnership to secure maximum value and are keen to explore both the financial and non-financial benefits that can be gained through this approach.

We are only seeking applications from organisations who can deliver a package that covers all aspects of the project. Applications are not being sought for individual elements of the project.

We recognise that effective partnerships can deliver significant benefits and are happy to work with anyone who shares our aspirations for a highly professional service which can deliver savings and an income stream to both councils.

The Councils are looking to enter into a 10 year contract with a suitably agreed contractual break clause and review period after 5 years,

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Selby District Council and Craven District Council (‘The Councils’)

c/o Selby District Council, Doncaster Road

Selby

YO8 9FT

UK

Mr Glenn Shelley

+44 1757242007

gshelley@selby.gov.uk


http://www.selby.gov.uk/home.asp


Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked 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
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Craven District Council

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Strategic Partner to Deliver IT, Revenues and Benefits Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

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



UKE2

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

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

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Selby and Craven District Councils are seeking a dynamic and ambitious strategic partner to collaborate with for the delivery of Revenues and Benefits and IT Services.

We are seeking a strategic partner to secure the additional resilience, and innovation which builds on the existing strong performance of the two councils in Revenues and Benefits and IT. The councils are open to exploring innovative ways of structuring any partnership to secure maximum value and are keen to explore both the financial and non-financial benefits that can be gained through this approach.

We are only seeking applications from organisations who can deliver a package that covers all aspects of the project. Applications are not being sought for individual elements of the project.

We recognise that effective partnerships can deliver significant benefits and are happy to work with anyone who shares our aspirations for a highly professional service which can deliver savings and an income stream to both councils.

The Councils are looking to enter into a 10 year contract with a suitably agreed contractual break clause and review period after 5 years,

II.1.6)

Common Procurement Vocabulary (CPV)

75310000
66170000
72000000
72500000
75110000
79400000
79500000
79510000

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

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

To collaborate with a third party strategic partner for the delivery of the Revenues and Benefits Services for Selby and Craven District Councils, with Craven additionally looking to the third party to deliver IT services.

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

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

A performance bond or parent company guarantee or other form of security acceptable to the Councils may be required depending upon the financial stability of the economic operator as set out in the contract documents.

III.1.2)

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

Will be finalised in the dialogue phase and detailed in the contract documents.

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

Requests to participate will be accepted from groupings of economic operators (consortia). In the event of a successful consortium bid the contracting authorities may specify that the consortium takes a particular legal form and/or require that a single consortium member assumes primary liability or that each member undertakes joint and several liability irrespective of the legal form adopted. Where a subsidiary company is used the ultimate parent company may be required, depending on the organisation's financial stability as set out in the contract documents, to provide a guarantee in respect of the performance of the contract by the subsidiary before acceptance.

III.1.4)

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

III.2)

Conditions for Participation

III.2.1)

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


Information and formalities necessary for evaluating if the requirements are met: The economic operator and / or members of the consortium in aggregate must meet the requirements set out in the Public Contracts Regulations 2015 (as amended). The requirements are set out in the qualification questionnaire (PQQ).

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if the requirements are met: The Councils will require evidence of economic and financial standing for the last 3 financial years, in respect of viability to perform the contract requirements; a minimum turnover of 10 000 000 GBP (ten million pounds) is required. The economic operator and / or members of the consortium in aggregate must meet the requirements set out in the Public Contracts Regulations 2015 (as amended). The requirements are set out in the qualification questionnaire (PQQ).All requirements as set out in the Public Procurement Directive 2015 (as amended) Minimum level(s) of standards possibly required: The economic operator and / or members of the consortium in aggregate must meet the requirements set out in regulations of the Public Contracts Regulations 2015 (as amended). The requirements are set out in the qualification questionnaire (PQQ).




III.2.3)

Technical capacity


Information and formalities necessary for evaluating if the requirements are met: The requirements are set out in the Qualification Questionnaire PQQ.




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


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked 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

36

Objective criteria for choosing the limited number of candidates

Envisaged minimum number 3: and maximum number 6 Objective criteria for choosing the limited number of candidates: Bespoke solution needed. Joint working and future developments in the area of benefits means that no detailed specification can be drawn up by the contracting authorities in the absence of a competitive dialogue. The limited number of candidates is regarded as sufficient to ensure genuine competition whilst allowing the process to be managed effectively and within the contracting authorities' required time scales.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked 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

9YHK-Z7J6RJ

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

 15-09-2015  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 14-09-2015  12:00

IV.3.5)

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

 30-9-2015

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





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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers to be invited to participate in dialogue, and the award of any resulting contract, will be based solely on the respective selection and award criteria set out in the contract documents. The contracting authorities reserve the right, subject to the provisions of the Public Contracts Regulations 2015 (as amended) and other rules governing public procurement, to change without notice the basis of any part of the procurement process or to terminate the process at any time prior to award of any contract. Documents are available on the Councils tendering system Yortender. www.yourtender.co.ukContract reference: 9YHK-Z7J6RJContract title: Strategic Partner to Deliver IT, Revenues and Benefits Services Tupe. The contracting authorities believe that the requirements of the Transfer of Undertakings (Protection of Employment) Regulations 2006 and the Acquired Rights Directive will apply to the Contract. Information about variants. Suppliers invited to tender will be expected to submit a standard compliant bid, but may also be allowed to submit variant bids as long as they meet the contracting authorities' core requirements.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Selby District Council

Civic Centre, Doncaster Road

Selby

YO8 9FT

UK

info@selby.gov.uk

+44 1757705101

www.selby.gov.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: The Councils will incorporate a minimum 10 calendar day standstill period at the point at which information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Councils as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (as amended) provide for aggrieved economic operators who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the authority to pay a civil financial penalty, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

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


HM Courts and Tribunal Service

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK


+44 2017476000

www.hmcourts-service.gov.uk

VI.5)

Dispatch date of this Notice

 14-08-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Selby District Council and Craven District Council (‘The Councils’)

C/O Selby District Council, Doncaster Road

Selby

YO8 9FT

UK

Mr Glenn Shelley

+44 1757242007

gshelley@selby.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Selby District Council and Craven District Council (‘The Councils’)

C/O Selby District Council, Doncaster Road

Selby

YO8 9FT

UK

Mr Glenn Shelley

+44 1757242007

gshelley@selby.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Selby District Council and Craven District Council (‘The Councils’)

C/O Selby District Council, Doncaster Road

Selby

YO8 9FT

UK

Mr Glenn Shelley

+44 1757242007

gshelley@selby.gov.uk

Coding

Commodity categories

ID Title Parent category
75310000 Benefit services Compulsory social security services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
72500000 Computer-related services IT services: consulting, software development, Internet and support
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
75110000 General public services Administration services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
79510000 Telephone-answering services Office-support services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
gshelley@selby.gov.uk
Admin contact:
gshelley@selby.gov.uk
Technical contact:
N/a
Other contact:
gshelley@selby.gov.uk

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.