CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
South Oxfordshire District Council |
Abbey House, Abbey Close, Abbingdon-on-Thames |
Wallingford |
OX14 3JE |
UK |
Mr Andrew Down |
+44 1865252095 |
procurement@southandvale.gov.uk |
|
https://www.businessportal.southeastiep.gov.uk
https://www.businessportal.southeastiep.gov.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes South Oxfordshire District Council
Hart District Council
Havant Borough Council
Vale of White Horse District Council
Mendip District Council
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority5 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 contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKJ14 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
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 2 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 (one 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 1 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 two 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 on-board 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 work-flow 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
EN Standard form 02 - Contract notice 5 / 23
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.
EN Standard form 02 - Contract notice 6 / 23
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 1 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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeThe 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. |
|
17 000 000415 000 000 GBP |
II.2.2)
|
OptionsIt 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 options0 |
|
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 completion170 |
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
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 participate35 |
|
|
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
|
 |
|
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
|
 |
|
 |
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 7-5-2015
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
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 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 2 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
South Oxfordshire District Council |
Abbey House, Abbey Close, Abbingdon-on-Thames |
Wallingford |
OX14 3JE |
UK |
Mr Andrew Down |
+44 1865252095 |
procurement@southandvale.gov.uk |
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
South Oxfordshire District Council |
Abbey House, Abbey Close, Abbingdon-on-Thames |
Wallingford |
OX14 3JE |
UK |
Mr Andrew Down |
+44 1865252095 |
procurement@southandvale.gov.uk |
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
South Oxfordshire District Council |
Abbey House, Abbey Close, Abbingdon-on-Thames |
Wallingford |
OX14 3JE |
UK |
Mr Andrew Down |
+44 1865252095 |
procurement@southandvale.gov.uk |
|
|
|