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

LGSS Revenues and Benefits Enforcement Agency Framework Agreement.

  • First published: 08 December 2015
  • Last modified: 08 December 2015

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)

Contents

Summary

OCID:
Published by:
Northampton Borough Council
Authority ID:
AA23349
Publication date:
08 December 2015
Deadline date:
18 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority wishes to appoint 4 providers to the Framework to provide Enforcement Agency Services, encompassing the following areas of debt:

Standard Services:

— Council Tax;

— Non-Domestic Rates;

— BID Levy Debts;

— Former Tenant Rent Arrears;

— Overpaid Housing Benefit;

— Miscellaneous Sundry Debts covering areas such as Overpaid Salaries, Payroll Recharges, Outstanding Car Loans, Phone Line Charges, Balance of Risk payments, Licence Fees, Sewer Works, Environmental Health checks, permits and training, Market Rents, Shop Rents, Commercial and Industrial Unit Rents, Ground Rent, Footpath Crossings, Building Regulation Fees, Room Hire, Pest Control charges, Pool and Pitch Hire, Overpaid Residential Home Fees, Respite Care Charges, Non-residential charges subject to specific assessment, Highways and Insurance, Training Charges, Room Hire, DBS checks, SLA Charges;

— Committal Warrants, Bail and No Bail Warrants;

— Serving of Documents and Affidavits;

— Absconded debtors for trace and collection;

— Performance Frameworks in addition to those set out at Schedule 9 to the Framework Agreement shall be set by each Customer which accesses the Framework Agreement.

Competed Services:

— All of the Standard Services listed above and additionally;

— Parking Service Warrants of Execution and Debt collection.

The Total Number of Recovery Orders issued to Enforcement Agencies for April to March 2014/15 are estimated as below (Providers are asked to note that should other eligible bodies access the Framework the number of Recovery Orders shall increase along with the value although no guarantees can be provided as to exact levels):

— Northampton Borough Council:

Council Tax:

• 2358 First Referral Cases with an estimated value of 1 777 233,64 GBP;

• 1483 Welfare Cases with an estimated value of 676 493,76 GBP;

• 6626 Recycled Cases with an estimated value of 4 482 218,03 GBP;

• 5330 Trace Cases with an estimated value of 3 045 681,45 GBP.

— Norwich:

Council Tax:

• 1969 All Cases with an estimated value of 1 302 639,38 GBP;

NNDR:

• 123 All Cases with an estimated value of 612 711,28 GBP.

— Daventry:

Council Tax:

• 1969 All Cases with an estimated value of 700 597,45 GBP;

NNDR:

• 123 All Cases with an estimated value of 544 328,87 GBP.

— Wellingborough:

Council Tax:

• 1642 All Cases with an estimated value of 1 014 297,86 GBP;

NNDR:

• 57 All Cases with an estimated value of 355 527,97 GBP.

The current estimated cost for the sundry debtor service without enforcement agency, for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council working collaboratively under LGSS is currently estimated at 25 000 GBP per annum in total across the three authorities. Providers should note that no guarantees as to the value or use of any Sundry Debtors services under this framework agreement can be given as there is an existing contractual arrangement in place.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


LGSS on behalf of Northampton Borough Council

Shire Hall, Castle Hill

Cambridge

CB3 0AP

UK

www.lgssprocurementportal.co.uk; CONTRACT-9YHE-7UCV1D


+44 1223715354

strategic.procurement@cambridgeshire.gov.uk


http://www.northampton.gov.uk/

http://www.northampton.gov.uk/

www.lgssprocurementportal.co.uk

www.lgssprocurementportal.co.uk
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

Northampton Borough Council

Norwich City Council

Borough Council of Wellingborough

Daventry District Council

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

LGSS Revenues and Benefits Enforcement Agency 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

27

II.1.2)

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



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

4

Duration of the framework agreement

48

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

0250 000GBP

Frequency and value of the contracts to be awarded

Northampton Borough Council and the LGSS Revenue and Benefits managed services for Norwich City Council Revenues and Benefits shall be awarding call-off contracts to the top 4 providers on the basis of the evaluation of the initial framework assessment. At this stage it is also the intention of Daventry and Wellingborough Authorities to utilise the Framework Agreement alongside the Parking Team at Norwich City Council although no guarantees of such use can be provided. Potential Providers are advised that variations on the Authority's individual requirements may be made by the other bodies are utilising this Framework Agreement. These will be advised ahead of any access to the Framework Agreement with the by the Customer. It is expected in the main that the types of Customers utilising this framework agreement for Enforcement Agency will be from the perspective of a Revenues and Benefits Service Delivery.

II.1.5)

Short description of the contract or purchase(s)

The Authority wishes to appoint 4 providers to the Framework to provide Enforcement Agency Services, encompassing the following areas of debt:

Standard Services:

— Council Tax;

— Non-Domestic Rates;

— BID Levy Debts;

— Former Tenant Rent Arrears;

— Overpaid Housing Benefit;

— Miscellaneous Sundry Debts covering areas such as Overpaid Salaries, Payroll Recharges, Outstanding Car Loans, Phone Line Charges, Balance of Risk payments, Licence Fees, Sewer Works, Environmental Health checks, permits and training, Market Rents, Shop Rents, Commercial and Industrial Unit Rents, Ground Rent, Footpath Crossings, Building Regulation Fees, Room Hire, Pest Control charges, Pool and Pitch Hire, Overpaid Residential Home Fees, Respite Care Charges, Non-residential charges subject to specific assessment, Highways and Insurance, Training Charges, Room Hire, DBS checks, SLA Charges;

— Committal Warrants, Bail and No Bail Warrants;

— Serving of Documents and Affidavits;

— Absconded debtors for trace and collection;

— Performance Frameworks in addition to those set out at Schedule 9 to the Framework Agreement shall be set by each Customer which accesses the Framework Agreement.

Competed Services:

— All of the Standard Services listed above and additionally;

— Parking Service Warrants of Execution and Debt collection.

The Total Number of Recovery Orders issued to Enforcement Agencies for April to March 2014/15 are estimated as below (Providers are asked to note that should other eligible bodies access the Framework the number of Recovery Orders shall increase along with the value although no guarantees can be provided as to exact levels):

— Northampton Borough Council:

Council Tax:

• 2358 First Referral Cases with an estimated value of 1 777 233,64 GBP;

• 1483 Welfare Cases with an estimated value of 676 493,76 GBP;

• 6626 Recycled Cases with an estimated value of 4 482 218,03 GBP;

• 5330 Trace Cases with an estimated value of 3 045 681,45 GBP.

— Norwich:

Council Tax:

• 1969 All Cases with an estimated value of 1 302 639,38 GBP;

NNDR:

• 123 All Cases with an estimated value of 612 711,28 GBP.

— Daventry:

Council Tax:

• 1969 All Cases with an estimated value of 700 597,45 GBP;

NNDR:

• 123 All Cases with an estimated value of 544 328,87 GBP.

— Wellingborough:

Council Tax:

• 1642 All Cases with an estimated value of 1 014 297,86 GBP;

NNDR:

• 57 All Cases with an estimated value of 355 527,97 GBP.

The current estimated cost for the sundry debtor service without enforcement agency, for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council working collaboratively under LGSS is currently estimated at 25 000 GBP per annum in total across the three authorities. Providers should note that no guarantees as to the value or use of any Sundry Debtors services under this framework agreement can be given as there is an existing contractual arrangement in place.

II.1.6)

Common Procurement Vocabulary (CPV)

75242110
79940000
79714110
98351110

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

The Authority wishes to appoint 4 providers to the Framework to provide Enforcement Agency Services, encompassing the following areas of debt:

Standard Services:

— Council Tax;

— Non-Domestic Rates;

— BID Levy Debts;

— Former Tenant Rent Arrears;

— Overpaid Housing Benefit;

— Miscellaneous Sundry Debts covering areas such as Overpaid Salaries, Payroll Recharges, Outstanding Car Loans,Phone Line Charges, Balance of Risk payments, Licence Fees, Sewer Works, Environmental Health checks, permits and training, Market Rents, Shop Rents, Commercial and Industrial Unit Rents, Ground Rent, Footpath Crossings, Building Regulation Fees, Room Hire, Pest Control charges, Pool and Pitch Hire, Overpaid Residential Home Fees, Respite Care Charges, Non-residential charges subject to specific assessment, Highways and Insurance, Training Charges, Room Hire, DBS checks, SLA Charges;

— Committal Warrants, Bail and No Bail Warrants;

— Serving of Documents and Affidavits;

— Absconded debtors for trace and collection;

— Performance Frameworks in addition to those set out at Schedule 9 to the Framework Agreement shall be set by each Customer which accesses the Framework Agreement.

Competed Services:

— All of the Standard Services listed above and additionally;

— Parking Service Warrants of Execution and Debt collection.

This Framework Agreement is initially for 2 years subject to annual performance review with option to extend for up to 2 further years.

The Framework Agreement can be accessed in 2 ways (in accordance with Regulation 33 of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof): by direct award or by re-opening competition and running a further competition amongst suppliers within the framework.

Any Customer wishing to let a call-off contract without re-opening competition (through direct call-off), will do so by awarding a contract for those Standard Services to the Supplier by:

a) Sending its first Order for Standard Services to the first ranked position provider capable of meeting their requirement first following the evaluation of its Tender;

b) Sending its sends its second Order for Standard Services to the Framework Provider ranked second highest following the evaluation of its Tender;

c) Sending its third order to the framework provider ranked third highest following the evaluation of its Tender;

d) Sending its fourth order for Standard Services to the Framework provider ranked fourth highest following the evaluation of its Tender.

e) This process will be repeated for sending Orders set out in (a) to (d) inclusive for all subsequent orders by each Customer for Standard Services.

Each Customer will monitor the performance of the Service Providers and will rank their performance on a 6 monthly basis. Each Customer will award all First Placement Cases to the Service Provider for the month of March or October, as the case may be, to the Service Provider which it has ranked as the highest performing Service Provider in the preceding monitoring period. See Schedule 9 to the Framework Agreement.

LGSS plans to share the scores (broken down appropriately into their quality components) of Tenderers accepted on to the Framework Agreement with Customers, allowing a direct call-off in the manner above and in accordance with Clause 4 of the Framework Agreement.

Customers may elect to conduct a further competition exercise for either standard or competed services by selecting from all Framework Suppliers, those that are capable of supplying the required services and in accordance with Clause 4 of the Framework Agreement. In the Customer's ‘mini tender’ document, it will clearly describe its evaluation scheme to demonstrate how the award decision will be made. Whilst the Customer is required to use the same or broadly similar criteria (or more precisely defined) as used to establish the Framework Agreement to evaluate any tenders submitted in response to a further competition, it may vary the weightings in accordance with the Regulations to suit its particular circumstances. The weightings used will be down to individual Customers but they will be in the range of:

— 0 % — 10 %, Price;

— 90 % — 100 %, Quality.

Such further competitions are likely to be conducted directly by the Customer instead of LGSS, although occasionally, such competitions may be conducted by LGSS on the customer's behalf. Tenderers should note that any further competition may also be run for a collaboration or group of Customers where necessary or desired.

Unless specifically advised otherwise, Services will be delivered directly to the Customer, in accordance with the Specification contained within the Invitation to Tender. It is possible that a Customer may wish to use an amended specification from the version used in the Framework (in which case any variations will not be material). In these instances the Customer will make this clear in its ‘mini tender’ document.

Northampton Borough Council and the LGSS Revenue and Benefits managed services for Norwich City Council Revenues and Benefits shall be awarding call-off contracts to the top 4 providers on the basis of the evaluation of the initial framework assessment.

0
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

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

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 will be excluded if they have been found guilty of corruption offences, organised crime or fraud.

III.2.2)

Economic and financial capacity


Details in ITT documents.



Details in ITT documents.


III.2.3)

Technical capacity


Details in ITT documents.



Details in ITT documents.


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?

No

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


No

Yes
Quality 100

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

CONTRACT-9YHE-7UCV1D

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

 18-01-2016  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



 18-1-2016  12:00

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 object of this Framework Agreement described in this Notice is the provision of services falling within the Light Touch Regime of Schedule 3 to the Public Contracts Regulations 2015 (PCR 2015) and is therefore not subject the full requirements of the PCR, however the principles will be applied in the main. This framework is open to all of LGSS including:

i. partners and other organisations delegating services and or functions to LGSS (currently Cambridgeshire County Council, Northamptonshire County Council, Norwich City Authority and Northampton Borough Council) who participate in LGSS' shared services venture;

ii. new LGSS customers seeking to utilize LGSS frameworks on an independent third party basis;

iii. any city, district, borough or other local authority within the counties of any LGSS partner authority (currently Cambridgeshire County and Northamptonshire County)including Northamptonshire Partnership Homes;

iv. any companies or organisations set up by participants in LGSS;

v. any school, academy, university or other educational establishment within the counties of any LGSS partner authority (currently Cambridgeshire County and Northamptonshire County); and

vi. members of the local authority purchasing group, Central Buying Consortium (CBC).

Further information about CBC can be found on the website address below: http://www3.hants.gov.uk/cbc.htm Northampton Borough Council and the LGSS Revenue and Benefits managed services for Norwich City Council Revenues and Benefits intend to award call-off contracts to the four providers appointed as Service Providers under the Framework Agreement on the basis of the evaluation of the initial framework. Any Customer making a direct award of standard services will use the performance monitoring framework set out at Appendix C and Schedule 9 to the framework Agreement. The Authority is not splitting this framework agreement into lots as they believe it would dilute the management of the framework and the level of potential authorities accessing the framework for Parking Enforcement is likely to be minimal. There will be no guarantee of work or volume of work to be given under this Framework Agreement. The Authority is not splitting this framework agreement into lots as they believe it would dilute the management of the framework and the level of potential authorities accessing the framework for Parking Enforcement is likely to be minimal. The procurement process will be run on the LGSS Procurement Portal: www.lgssprocurementportal.co.uk Potential Providers should register on the Portal and register an interest in the opportunity, reference number: 9YHE-7UCV1D. There will be no hard copy documents issued to Potential Providers and all communications with the Authority including submission of Potential Providers responses shall be conducted via the Authority's Due North e-tendering tool (Due North) which is located at www.lgssprocurementportal.co.uk Potential Providers who require technical support when using the LGSS eSourcing Portal (Due North) should contact the Due North support desk: Email: support@due-north.comtelephone: +44 1670597137. This facility is available Monday to Friday, 8:30 to 17:30.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

pwhite@northamptonshire.gov.uk

+44 2079476000

https://www.justice.gov.uk/

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: LGSS Procurement will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. Such additional information should be requested from (refer to address in part I.1)) If an appeal regarding the award of Contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. 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 order the ineffectiveness of a Contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.

VI.4.3)

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


Mr P White, Head of Procurement, LGSS

John Dryden House, 8-10 The Lakes

Northampton

NN4 7YD

UK

pwhite@northamptonshire.gov.uk

+44 1604366465

www.lgss.co.uk

VI.5)

Dispatch date of this Notice

 03-12-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



LGSS on behalf of Northampton Borough Council

Shire Hall, Castle Hill

Cambridge

CB3 0AP

UK

www.lgssprocurementportal.co.uk

CONTRACT-9YHE-7UCV1D

+44 1223715354

strategic.procurement@cambridgeshire.gov.uk

II)

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



LGSS on behalf of Northampton Borough Council

Shire Hall, Castle Hill

Cambridge

CB3 0AP

UK

www.lgssprocurementportal.co.uk

CONTRACT-9YHE-7UCV1D

+44 1223715354

strategic.procurement@cambridgeshire.gov.uk

III)

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



LGSS on behalf of Northampton Borough Council

Shire Hall, Castle Hill

Cambridge

CB3 0AP

UK

www.lgssprocurementportal.co.uk

CONTRACT-9YHE-7UCV1D

+44 1223715354

strategic.procurement@cambridgeshire.gov.uk

Coding

Commodity categories

ID Title Parent category
79714110 Absconder-tracing services Surveillance services
75242110 Bailiff services Public law and order services
79940000 Collection agency services Miscellaneous business and business-related services
98351110 Parking enforcement services Car park management 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:
strategic.procurement@cambridgeshire.gov.uk
Admin contact:
strategic.procurement@cambridgeshire.gov.uk
Technical contact:
N/a
Other contact:
strategic.procurement@cambridgeshire.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.