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

Corporate Financial Services.

  • First published: 13 July 2016
  • Last modified: 13 July 2016
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
South Downs National Park Authority
Authority ID:
AA22148
Publication date:
13 July 2016
Deadline date:
19 August 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract is for the provision of a comprehensive finance and accounting service for the South Downs National Park Authority. This will include financial management and accounting, medium term financial planning, preparation of annual budget, budget monitoring, year end closure of accounts and preparation of Statutory Statement of Accounts, grant claims and government returns.

Services will include creditor payment service, including the facilitating of Government Procurement Cards, debtor management, payroll, banking and treasury management, processing of all tax payments and refunds and completing all necessary returns. The contractor will provide an internal audit service. The contract will also cover the provision, management and hosting of ledger systems, including General Ledger, Purchasing, Accounts Payable and Accounts Receivable The contractor may also bid to carry out the role of Chief Financial Officer.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


South Downs National Park Authority

South Downs Centre, North Street

Midhurst

GU29 9DH

UK

South Downs National Park Authority

Alan Brough

+44 1730819202

tenders@southdowns.gov.uk


http://www.southdowns.gov.uk



https://in-tendhost.co.uk/southdowns/aspx/Home

https://in-tendhost.co.uk/southdowns/aspx/Home
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
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked 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

Corporate Financial 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

9

II.1.2)

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

South Downs National Park.



UKJ22

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)

The contract is for the provision of a comprehensive finance and accounting service for the South Downs National Park Authority. This will include financial management and accounting, medium term financial planning, preparation of annual budget, budget monitoring, year end closure of accounts and preparation of Statutory Statement of Accounts, grant claims and government returns.

Services will include creditor payment service, including the facilitating of Government Procurement Cards, debtor management, payroll, banking and treasury management, processing of all tax payments and refunds and completing all necessary returns. The contractor will provide an internal audit service. The contract will also cover the provision, management and hosting of ledger systems, including General Ledger, Purchasing, Accounts Payable and Accounts Receivable The contractor may also bid to carry out the role of Chief Financial Officer.

II.1.6)

Common Procurement Vocabulary (CPV)

66000000
66100000
66170000
66172000
66500000
66600000
79200000
79211110
79211120
79211200
79212200
79412000

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

Provision of Corporate Financial Services for SDNPA for 3 years with an option to extend for a further 2 years, in annual extensions of 12 months.

700 000800 000
GBP

II.2.2)

Options

Options to extend the contract for a further 2 years after 31.3.2017, in annual extensions of 12 months.

Provisional timetable for recourse to these options

33

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

 01-04-2017 31-03-2020

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


III.2.2)

Economic and financial capacity


The bidder should provide its (‘general’) yearly turnover for the number of financial years specified in the relevant Contract Notice:

The bidder should provide its yearly (‘specific’) turnover in the business area(s) covered by the contract and specified in the relevant Contract Notice:

The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice.



Bidders will be required to have a minimum ‘general’ yearly turnover of 500 000 GBP for the last 3 years:

Bidders will be required to have a minimum yearly turnover of 500 000 GBP for the last 3 years in the business area covered by the contract.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

Professional Indemnity Insurance = 10 000 000 GBP.


III.2.3)

Technical capacity


For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the Contract Notice:

(Examples from both public and/or private sector customers and clients may be provided):

Please provide details of the technicians or technical bodies the bidder can call upon, especially those responsible for quality control in relation to this procurement exercise:

Please provide details of the technical facilities and measures for ensuring quality and the study and research facilities used:

The following educational and professional qualifications are held by:

a) The service provider or the contractor itself:

Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?



It is a requirement of the contract that bidders have experience in providing the services described in the tender for 2 client organisations with similar needs to SDNPA during the last 3 years;

Accounting, audit, tax, ICT security, or other bodies would be applicable here.

Bidders must demonstrate that they have access to and experience in using a suitable financial system to hold SDNPA accounts and transactional data in a secure environment.

The Bidder must have staff who hold qualifications issued by a CCAB Member, or the Chartered Institute of Public Finance and Accountancy.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

or

2. The bidder must have the following:

a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation

Health and Safety Procedures;

3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

or,

4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

Note — Organisations with fewer than 5 employees are not required by law to have a documented policy statement.

4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.


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

SD - 00000067

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2016/S 067-117120 06-04-2016

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 12-08-2016  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 19-08-2016  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





Section VI: Other Information

VI.1)

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


1.7.2019.

VI.2)

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

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










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










VI.5)

Dispatch date of this Notice

 12-07-2016

Coding

Commodity categories

ID Title Parent category
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
66100000 Banking and investment services Financial and insurance services
79211200 Compilation of financial statements services Accounting services
66000000 Financial and insurance services Finance and Related Services
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79412000 Financial management consultancy services Business and management consultancy services
66172000 Financial transaction processing and clearing-house services Financial consultancy, financial transaction processing and clearing-house services
66500000 Insurance and pension services Financial and insurance services
79212200 Internal audit services Auditing services
79211110 Payroll management services Accounting services
79211120 Sales and purchases recording services Accounting services
66600000 Treasury services Financial and insurance 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:
tenders@southdowns.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

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.