Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Telephone: +44 1467539600
E-mail: dsmillie@aberdeencity.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeencity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Sheriff Officer Services
II.1.2) Main CPV code
66000000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of Sherriff Officer and debt collection services.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Council is seeking to secure one supplier for a ‘Debt Collection Sheriff Officer Services’ contract for all income streams in accordance with the requirements detailed in this document. Tenderers are required to implement recovery procedures and carry out diligence in accordance with the Debtors (Scotland) Act 1987 as amended and other relevant legislation, all in line with the Council’s policies and procedures.
The Council’s objective is to ensure that principal debts and any surcharges are cleared as quickly and effectively as possible, whilst also minimising the overall burden of debt to the customer.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Optional Further 12 Month Extension
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Organisations Should Be Suitably Qualified To Provide Sherriff Officer & Debt Collections Services In Scotland.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748154.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please submit information as to how your organisation will assist the Council in furthering these sustainability and community benefits objectives in relation to this Contract. You should include information on how this might be measured throughout the term of the Contract. This will include such things as: timescales, evidence capture, reporting and quality assurance systems (where applicable), processes and resources relating to delivery of these benefits.
You should include an outline of all community benefits that your organisation will commit to deliver during the lifetime of this Contract/Framework Agreement, should you be successful. Tenderers should be aware that only those community benefits that relate to the subject matter of the Contract/Framework can be taken into account in this evaluation. Although the judgment of relevance is a matter for the Council, an innovative approach towards how those benefits relate to the Contract/Framework Agreement is encouraged.
Please note that offered benefits will be discussed / agreed at mobilisation and must be recorded/reported through an established process. Delivery of community benefits will be monitored as a Key Performance Indicator (KPI) during ongoing contract management.
As well as the points listed above, the Council understands that suppliers may have other innovative community benefits that do not fall under any of the suggested headings provided. Tenderers are asked to provide details of any additional community benefits that can be discussed / agreed at mobilisation.
More information can be found in Appendix 5 of the ITT documents.
(SC Ref:748154)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=748154
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Civil Justice Centre & Commercial Courts
Aberdeen
UK
VI.5) Date of dispatch of this notice
20/10/2023