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

Five Councils Corporate Services Project.

  • First published: 24 March 2015
  • Last modified: 24 March 2015
  • Version: N/A
  • 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 Oxfordshire District Council
Authority ID:
AA22763
Publication date:
24 March 2015
Deadline date:
16 April 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This OJEU contract notice is giving notice of the joint procurement of two public contracts (the ‘Contracts’). The Contracting Authority is seeking to procure on behalf of itself and Vale of White Horse District Council, Hart District Council, Havant Borough Council, and Mendip District Council (together referred to as ‘the Authorities’) innovative private sector supplier(s) to invest in, transform and provide a range of corporate and transactional services.

The Authorities intend to award 2 separate Contracts (1 for each Lot) under this procedure for two separate sets of services. Potential suppliers are welcome to bid for either or both Lots. If the same bidder wins both Contracts/Lots the Authorities reserve the right to award one combined Contract. The competition for both Lots will be run in parallel. Evaluation will be completed independently for each Lot. Further details regarding the approach to evaluation of the 2 Lots will be issued to potential suppliers in due course.

The Authorities envisage that at the end of the procurement process the Authorities will jointly enter into the Contracts with the successful supplier(s).

The principal outcomes of the Contracts will be to:

1. Support the achievement of each Authority's corporate targets through:

Development of insight and evidence based decision making;

Integration of strategic planning and financial management;

Helping customers input into service planning and redesign and self-service;

Supporting multi-agency, partnership and two-tier collaborative working;

Supporting community-led initiatives;

Supporting growth in the areas served by the Authorities.

2. Improve the satisfaction of customers and service users through:

Ensuring the public sector only needs to be told once;

Simplifying engagement around key life events;

Enabling customers to engage with each Authority through the devices they want to use;

Ensuring customers and users can access information that is relevant to them;

Resolving customer and user issues quickly;

face to face service provided in a secure, accessible and fit for purpose environment;

maintaining and enhancing the public perception of the Authorities as effective providers of public services.

3. Improving the productivity of the Authorities' staff through:

Helping them to attract the right people and onboard them quickly;

Ensuring they are equipped with the right skills throughout their employment;

enabling them to work flexibly;

supporting effective performance management;

providing them with access to the right applications and management information;

minimising administration and paper within the Authorities whilst retaining compliance;

supporting effective and efficient workflow processes;

providing access to fit for purpose working and meeting facilities.

4. Achieve high levels of resilience and compliance through:

minimising dependency on specific locations to deliver service;

standardising processes and applications;

achieving open data standards;

protecting the Authorities, their customers and their staff from unauthorised activity;

engaging effectively with external assurance;

forecasting and planning for changes in levels of service demand;

achieving a highly utilised but flexible civic estate demonstrating transparency to the public.

5. Deliver improved value for money through:

Ensuring the Authorities achieve greater financial benefits through collaboration;

Harmonising and improving service performance;

Consistent and unit-based pricing of common elements of scope;

Developing a flexible partnership model that increases flexibility and innovation in the delivery and provision of the services and allows the Authorities to transfer services within the scope of this procurement at a date of the

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


South Oxfordshire District Council

Abbey House, Abbey Close

Abingdon-on-Thames

OX14 3JE

UK

Andrew Down

+44 1865252095

procurement@southandvale.gov.uk


http://www.southoxon.gov.uk



https://www.businessportal.southeastiep.gov.uk

https://www.businessportal.southeastiep.gov.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

Havant Borough Council

Mendip District Council

Hart District Council

Vale of White Horse District Council

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Five Councils Corporate Services Project.

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

Oxfordshire (UKJ14), Somerset (UKK23) and Hampshire (UKJ3, UKJ33).



UKJ14

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)

This OJEU contract notice is giving notice of the joint procurement of two public contracts (the ‘Contracts’). The Contracting Authority is seeking to procure on behalf of itself and Vale of White Horse District Council, Hart District Council, Havant Borough Council, and Mendip District Council (together referred to as ‘the Authorities’) innovative private sector supplier(s) to invest in, transform and provide a range of corporate and transactional services.

The Authorities intend to award 2 separate Contracts (1 for each Lot) under this procedure for two separate sets of services. Potential suppliers are welcome to bid for either or both Lots. If the same bidder wins both Contracts/Lots the Authorities reserve the right to award one combined Contract. The competition for both Lots will be run in parallel. Evaluation will be completed independently for each Lot. Further details regarding the approach to evaluation of the 2 Lots will be issued to potential suppliers in due course.

The Authorities envisage that at the end of the procurement process the Authorities will jointly enter into the Contracts with the successful supplier(s).

The principal outcomes of the Contracts will be to:

1. Support the achievement of each Authority's corporate targets through:

Development of insight and evidence based decision making;

Integration of strategic planning and financial management;

Helping customers input into service planning and redesign and self-service;

Supporting multi-agency, partnership and two-tier collaborative working;

Supporting community-led initiatives;

Supporting growth in the areas served by the Authorities.

2. Improve the satisfaction of customers and service users through:

Ensuring the public sector only needs to be told once;

Simplifying engagement around key life events;

Enabling customers to engage with each Authority through the devices they want to use;

Ensuring customers and users can access information that is relevant to them;

Resolving customer and user issues quickly;

face to face service provided in a secure, accessible and fit for purpose environment;

maintaining and enhancing the public perception of the Authorities as effective providers of public services.

3. Improving the productivity of the Authorities' staff through:

Helping them to attract the right people and onboard them quickly;

Ensuring they are equipped with the right skills throughout their employment;

enabling them to work flexibly;

supporting effective performance management;

providing them with access to the right applications and management information;

minimising administration and paper within the Authorities whilst retaining compliance;

supporting effective and efficient workflow processes;

providing access to fit for purpose working and meeting facilities.

4. Achieve high levels of resilience and compliance through:

minimising dependency on specific locations to deliver service;

standardising processes and applications;

achieving open data standards;

protecting the Authorities, their customers and their staff from unauthorised activity;

engaging effectively with external assurance;

forecasting and planning for changes in levels of service demand;

achieving a highly utilised but flexible civic estate demonstrating transparency to the public.

5. Deliver improved value for money through:

Ensuring the Authorities achieve greater financial benefits through collaboration;

Harmonising and improving service performance;

Consistent and unit-based pricing of common elements of scope;

Developing a flexible partnership model that increases flexibility and innovation in the delivery and provision of the services and allows the Authorities to transfer services within the scope of this procurement at a date of their choosing;

Reducing the cost to the Authorities of providing the services including reducing the unit cost of transactions;

Encouraging the use of and access to the services through more cost effective and efficient channels and assisting with demand management;

Enabling the Authorities to achieve efficiencies in, and better outcomes from, their client and contract management function;

Utilising modern approaches to the provision of ICT infrastructure and new technology generally;

Enabling capability to support future transformation.

In delivering these outcomes the Authorities will expect their chosen supplier(s) to:

— Deliver to specified performance, at least as good as current levels, from the start of the Contracts.

— Achieve rapid improvement and efficiencies in the services in scope without adversely impacting upon the Authorities' retained functions.

— Achieve further benefits by using the services in scope to transform the retained functions within the Authorities.

— Deliver the benefits of a shared service model for the users of council services.

— Provide value for money and accountable services from a customer perspective.

— Reduce revenue costs in supporting the delivery of front-line services wherever possible.

— Deliver continuous improvement and innovation in respect of these services.

It is anticipated that the core requirements that may be included in the Contracts will comprise the following:

Lot 1 Citizen, Corporate and Support Services

— Revenues and Benefits;

— Exchequer Services;

— Payroll;

— Accountancy/Finance;

— Information Technology;

— Human Resources;

— Licensing;

— Land Charges;

— Procurement;

— Customer Services.

Lot 2 Asset Management Services

— FM;

— Property Management;

— Car Parks Management.

The Authorities may include other requirements specific to a particular Authority in the Descriptive Document and the tender documents.

It should be noted that in the event of re-structuring within local government this procurement and/or the Contracts awarded may pass to successor authorities to the Authorities as relevant and appropriate.

In the event that any of the Authorities decides to withdraw from this procurement process, the remaining Authorities reserve the right to continue with this procurement process.

It is anticipated that the first services delivered under the Contracts will be for South Oxfordshire District Council and Vale of White Horse District Council and will commence on or around 1.8.2016, to coincide with the expiry of existing contracts. The service commencement dates for the first services for the other Authorities will be determined by the expiry dates of their existing contracts and the dialogue process. It is anticipated that the duration of the contracts shall be for an initial period of 110 months but with the ability to extend by one or more periods up to a further 60 months. The maximum Contract Period available is 170 months.

The Authorities reserve the right for:

— the Contracts and/or the services for (and within) each Lot to commence on the same or different dates for different Authorities;

— certain service areas within the scope of each Contract/Lot to be added during the contract term and commence after the first service commencement date; and/or

— some of the service areas not to be taken up by all the Authorities.

II.1.6)

Common Procurement Vocabulary (CPV)

79000000
79900000
66171000
66172000
79940000
75242110
75310000
75130000
79212400
79211120
79211110
79631000
79200000
79210000
79211000
79211200
66600000
72222300
72267100
72261000
72253000
79632000
79633000
79414000
79600000
79418000
79520000
79521000
79553000
79810000
79820000
79822500
79500000
79342300
79512000
79710000
79993000
79993100
98341130
98341140
70330000
98351000
98351100
98351110

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The estimated values set out in this section take account of:

(1) at the lower end, the Authorities only spend over an average of 9 years and assumes the targeted level of savings is achieved;

(2) at the upper end, the Authorities spend over a 14 year 2 months contract term and all Councils take the full range of services.

The Authorities combined current annual spend is approximately 25 000 000 GBP.

These values are estimates.

Estimated value excluding VAT:

Range: between 170 000 000 and 415 000 000 GBP.

170 000 000415 000 000
GBP

II.2.2)

Options

It is anticipated that the duration of the Contract shall be for an initial period of 9 years 2 months but with the ability to extend by 1 or more periods up to a further 5 years. The maximum Contract Period available is 14 years 2 months.

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

170

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company guarantees, deposits, bonds or other forms of appropriate security may be required for the Contract. Further details will be included in the tender documents.

III.1.2)

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

To be developed in competitive dialogue.

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

The Authorities intend to enter into a contract (for each Lot) with either a single contractor or prime contractor (which may be an existing company or special purpose vehicle). The prime contractor would be expected to be a single legal entity.

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


As set out in Pre-Qualification Questionnaire.

III.2.2)

Economic and financial capacity


As set out in Pre-Qualification Questionnaire.



As set out in Pre-Qualification Questionnaire.


III.2.3)

Technical capacity


As set out in Pre-Qualification Questionnaire.



As set out in Pre-Qualification Questionnaire.


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


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

35

Objective criteria for choosing the limited number of candidates

As set out in Pre-Qualification Questionnaire.

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

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 201-355002 18-10-2014

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

 16-04-2015  13:00

IV.3.5)

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

 07-05-2015

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

1. This is a joint procurement conducted by the Authorities who have formed a joint project team and a joint steering group to conduct the procurement. The intention is to award a single joint contract for each Lot.

2. It is for those invited to participate in dialogue to satisfy themselves of the position, but it is the initial view of the Authorities that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the Contract.

3. This tendering exercise is being undertaken through the South East Business Portal: (URL: https://www.businessportal.southeastiep.gov.uk). Suppliers will need to register an interest on the system in order to participate, and registration is free.

4. Requests for clarification should be sent through the South East Business Portal. The Authorities shall reply to requests for clarification that are received by it before 17:00 on 9.4.2015.

5. A briefing event will be held on 1.4.2015 at 10:30 am to 12:30 (in a group session) at Havant Borough Council, Public Service Plaza, Civic Centre Road, Havant PO9 2AX. Individual sessions will be available following the group session from 12:30 onwards. Due to space limitations, organisations are asked to send no more than two representatives. In order that appropriate security arrangements can be made interested organisations who wish to attend the group session shall advise Jennifer Burt, no later than 27.3.2015, via email at jennifer.burt@southandvale.gov.uk, of the names of their representatives attending and confirm whether an individual session will also be required. (Please note: individual slots will be allocated on a first come first serve basis and specific times will be issued during the morning session).

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




Body responsible for mediation procedures


High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK




VI.4.2)

Lodging of appeals

The Authorities will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authorities as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties 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 Authorities 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 Authorities to pay a fine, 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










VI.5)

Dispatch date of this Notice

 16-03-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Andrew Down

Abbey House, Abbey Close

Abingdon-on-Thames

OX14 3JE

UK




http://www.businessportal.southeastiep.gov.uk

II)

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



South East Business Portal




UK

https://www.businessportal.southeastiep.gov.uk




https://www.businessportal.southeastiep.gov.uk

III)

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



South East Business Portal




UK

https://www.businessportal.southeastiep.gov.uk




https://www.businessportal.southeastiep.gov.uk

ANNEX B

Information About Lots

1     Citizen, Corporate and Support Services

1)

Short Description

See Section II.1.5 above

It is anticipated that the core requirements that may be included in the Contract will comprise the following:

Lot 1 Citizen, Corporate and Support Services

— Revenues and Benefits;

— Exchequer Services;

— Payroll;

— Accountancy/Finance;

— Information Technology;

— Human Resources;

— Licensing;

— Land Charges;

— Procurement;

— Customer Services.

2)

Common Procurement Vocabulary (CPV)

79000000
79900000
66171000
66172000
79940000
75242110
75310000
75130000
79212400
79211120
79631000
79211110
79200000
79210000
79211000
79212000
79211200
66600000
72222300
72267100
72261000
72253000
79632000
79633000
79414000
79600000
79418000
79520000
79521000
79553000
79810000
79820000
79822500
79500000
79342300
79512000

3)

Quantity or scope



132 000 000301 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

For the NUTS codes for Lot 1 please see section II.1.2:

Oxfordshire (UKJ14), Somerset (UKK23) and Hampshire (UKJ3, UKJ33).

ANNEX B

Information About Lots

2     Technical, asset and location based services

1)

Short Description

See Section II.1.5 above

It is anticipated that the core requirements that may be included in the Contract will comprise the following:

Lot 2 Asset Management Services

— FM;

— Property Management;

— Car Parks Management.

2)

Common Procurement Vocabulary (CPV)

79710000
79993000
79993100
79500000
98341130
98341140
70330000
98351000
98351100
98351110

3)

Quantity or scope



38 000 000115 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

For the NUTS codes for Lot 2 please see section II.1.2:

Oxfordshire (UKJ14), Somerset (UKK23) and Hampshire (UKJ3, UKJ33).


Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal services
79211000 Accounting services Accounting and auditing services
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
79212000 Auditing services Accounting and auditing services
75242110 Bailiff services Public law and order services
75310000 Benefit services Compulsory social security services
79993000 Building and facilities management services Miscellaneous business-related services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79512000 Call centre Telephone-answering services
98351000 Car park management services Civic-amenity services
98351100 Car park services Car park management services
98341140 Caretaker services Accommodation services
79940000 Collection agency services Miscellaneous business and business-related services
79211200 Compilation of financial statements services Accounting services
79342300 Customer services Marketing services
79553000 Desktop publishing services Typing, word-processing and desktop publishing services
79993100 Facilities management services Building and facilities management services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
66172000 Financial transaction processing and clearing-house services Financial consultancy, financial transaction processing and clearing-house services
79212400 Fraud audit services Auditing services
79822500 Graphic design services Composition services
72253000 Helpdesk and support services System and support services
79414000 Human resources management consultancy services Business and management consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
98341130 Janitorial services Accommodation services
72267100 Maintenance of information technology software Software maintenance and repair services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
98351110 Parking enforcement services Car park management services
79211110 Payroll management services Accounting services
79631000 Personnel and payroll services Personnel services except placement and supply services
79632000 Personnel-training services Personnel services except placement and supply services
79521000 Photocopying services Reprographic services
79810000 Printing services Printing and related services
79418000 Procurement consultancy services Business and management consultancy services
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security
79520000 Reprographic services Office-support services
79211120 Sales and purchases recording services Accounting services
79710000 Security services Investigation and security services
79820000 Services related to printing Printing and related services
72261000 Software support services Software-related services
79633000 Staff development services Personnel services except placement and supply services
75130000 Supporting services for the government Administration 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:
procurement@southandvale.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.