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.

VEAT

5 Councils Corporate Services Project

  • First published: 20 November 2020
  • Last modified: 20 November 2020

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:
South Oxfordshire District Council (and other Councils referred to below)
Authority ID:
AA80221
Publication date:
20 November 2020
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This section provides detail of the reduction of the original contract.

The reduction in the I-Hub and Human Resources (Advisory) Services resulted in a reduction in Contract value of approximately GBP 700 242 per year for the remainder of the contract term.

The reduction in the licensing services resulted in a reduction in contract value of approximately GBP 377 000 per year for the remainder of the contract term.

The reduction in the human resources operational and payroll services resulted in a reduction of approximately GBP 1 012 086 per year for the remainder of the contract term.

The reduction in the finance services resulted in a reduction in contract value of approximately GBP 634 000 per year for the remainder of the contract term.

This notice is now concerned with the further reductions set out below:

The reduction in the exchequer services (via a contractual option, see II.2.14) would result in a reduction in contract value of approximately GBP 1 217 000 per year for the remainder of the contract term.

The reduction in the procurement function would result in the contract value being reduced by approximately GBP 366 844 per year for the remainder of the contract term.

The reduction in the IT service requirement would also result in an immaterial reduction in Contract value for the remainder of the Contract term.

Continues in Annex D1.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting entity

I.1) Name and addresses

South Oxfordshire District Council (and other Councils referred to below)

135 Eastern Avenue, Milton

Abingdon

OX14 4SB

UK

Contact person: Andrew Down

Telephone: +44 1235422300

E-mail: procurement@southandvale.gov.uk

NUTS: UKJ14

Internet address(es)

Main address: http://www.southoxon.gov.uk

Address of the buyer profile: https://sebp.due-north.com/

I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

5 Councils Corporate Services Project

II.1.2) Main CPV code

79000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

South Oxfordshire District Council, Havant Borough Council, Vale of White Horse District Council, Mendip District Council and Hart District Council (‘the Councils’) entered into a contract (for an initial duration of approximately 9 years) with Capita for a range of corporate and transactional services (‘the Contract’). The opportunity was advertised under OJEU Notice 2015/S 057-100137 and the Contract entered into on 4 April 2016. Further details of the original contract are set out in that OJEU Notice.

The Councils intend to enter into a further contract variation agreement with Capita for the purposes of removing the requirement for Procurement and the majority of the exchequer services and the reduction of the current IT service requirement from the scope of the original contract.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 126 528 796.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

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.2.3) Place of performance

NUTS code:

UKJ14

UKK23

UKJ3


Main site or place of performance:

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

II.2.4) Description of the procurement

This section provides detail of the reduction of the original contract.

The reduction in the I-Hub and Human Resources (Advisory) Services resulted in a reduction in Contract value of approximately GBP 700 242 per year for the remainder of the contract term.

The reduction in the licensing services resulted in a reduction in contract value of approximately GBP 377 000 per year for the remainder of the contract term.

The reduction in the human resources operational and payroll services resulted in a reduction of approximately GBP 1 012 086 per year for the remainder of the contract term.

The reduction in the finance services resulted in a reduction in contract value of approximately GBP 634 000 per year for the remainder of the contract term.

This notice is now concerned with the further reductions set out below:

The reduction in the exchequer services (via a contractual option, see II.2.14) would result in a reduction in contract value of approximately GBP 1 217 000 per year for the remainder of the contract term.

The reduction in the procurement function would result in the contract value being reduced by approximately GBP 366 844 per year for the remainder of the contract term.

The reduction in the IT service requirement would also result in an immaterial reduction in Contract value for the remainder of the Contract term.

Continues in Annex D1.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Continued from II.1.4) — The previous variation also conferred on the Councils a contractual option to remove the majority of the exchequer services from the contract, subject to operational and commercial considerations. The Councils will be seeking to exercise this right to remove the exchequer service (with the exception of the Integra and Pay360 software and support via the Central Support Team.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation:

The contract has been reduced as per the information set out in section II.2.4).

Taking into account the value and scale of the original contract the Councils consider that the proposed modification(s) to further reduce the scope of the contract is not substantial for the purposes of Regulation 72(1)(e) of the PCR in the context of a GBP 140 262 000 contract spanning 9 years. (The 9 year term represents the contract duration of the contract, excluding any extension options). Furthermore, the economic balance of the contract is moving away from the contractor by the reduction of the service opportunity.

The Councils consider that modifying the contract in the manner proposed is for operational and commercial reasons to achieve a smooth transition and continuity are bringing these services back ‘in-house’'.

The restructuring of the services seeks to ensure the ongoing delivery of public services on a value for money basis.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2015/S 057-100137

Section V: Award of contract/concession

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

28/10/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Capita Business Services

65 Gresham Street, London

Westminster

EC2V 7NQ

UK

Telephone: +44 2077991525

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 126 528 796.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The estimated value in II.1.7) and V.2.4) refers to the projected value of the diminished contract value in the event the Councils modify the Contract in accordance with the further variations set out in this notice.

Where the Councils remove the majority of the exchequer services, procurement function and reduce the IT service requirement from the contract (as set out in this notice) the estimated value of the modified contract will be GBP 126 528 796.

The value of the contract with Capita as originally awarded on 4 April 2016 was GBP 140 262 000 as per OJEU ref: 2016/S 088-154829.

The contract has previously been varied by the Councils to remove I-Hub, Human Resources (Advisory) Services Human Resources Operational and Payroll, Finance Services and Licensing Services from the scope of the Contract.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 88 — 104 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended) (‘PCR’).

VI.5) Date of dispatch of this notice

16/11/2020

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
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.