By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Bailiff & Debt Collection Services - 984/13.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Eastern Shires Purchasing Organisation (see www.espo.org) for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector)
Barnsdale Way, Grove Park, Enderby
LE19 1ES Leicester
UNITED KINGDOM
Telephone: +44 1162657926
E-mail:
Fax: +44 1162944399

Internet address(es):

Address of the buyer profile: www.espo.org

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: Local Authority Services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Organisations stated in Section II.1.5
further information contact ESPO, Barnsdale Way, Grove Park, Enderby
LE19 1ES Leicester
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Bailiff & Debt Collection Services - 984/13.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6: Financial services a) Insurances services b) Banking and investment services

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 15 600 000,00 and 23 200 000,00 GBP
II.1.5)Short description of the contract or purchase(s)

Bailiff services. Collection agency services. Absconder-tracing services. This project is to re-let the existing bailiff services framework which was established for the first time in 2009 and is possibly today the only national framework for the public sector. For this reason, providers must be able to offer a National service. The main aim of the framework is to save public sector organisations time and money in procuring bailiff and debt collecting services which meet specified standards. The value of the current framework is around GBP 10.5 m pa (as measured by the value of debt recovered by framework providers). To date, the current framework has attracted interest from over 60 organisations and it is believed the new framework has significant potential for growth. For the new Framework, we will be changing the method we use to measure the value (contract turnover) to one based on the value of fees collected from debtors (as well as local authorities in the case of debt collection and other services). Using this new measure we estimate the value of the new framework to be around GBP 3.9 m pa with the potential to grow to around GBP 5.8 m pa. The figures shown in the OJEU notice are based on these estimated values, multiplied over the full four years of the framework to GBP 15.6 m and GBP 23.2 m respectively. Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police (including elected local policing bodies and other police authorities for UK police forces), Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Central Government Departments and their Agencies. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

The framework is divided by two lots as follows:
Lot 1 is the award of the framework;
Lot 2 is the award of call off contract for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council for the Bailiff and relevant debt collection services covered by the framework.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
II.1.6)Common procurement vocabulary (CPV)

75242110, 79940000, 79714110

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The value of GBP 15,600,000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of GBP 15,600,000 to GBP 23,200,000 for the duration (including the extension option referred to at Section II.2.2).
II.2.2)Information about options
Options: yes
Description of these options: The framework agreement has the option to extend for up to further 12 months. The total estimated value stated in Section II.1.4 includes the option period.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 25.6.2013. Completion 24.6.2016

Information about lots

Lot No: 1 Lot title: Bailiff Services
1)Short description
The award of the framework for the collection of debts resulting from outstanding Council Tax, business rates and parking fines. Also including debt collection and absconder tracing services. Full details on Lots will be provided in the invitation to tender.
2)Common procurement vocabulary (CPV)

75242110, 79940000, 79714110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Full details on Lots will be provided in the invitation to tender.
Lot No: 2 Lot title: The award of call-off contracts under the framework.
1)Short description
The award of call off contract for Cambridgeshire County Council, Northamptonshire County Council & the LGSS Managed Revenues and Benefits service on behalf of Norwich City Council for the debt collection services covered by the framework. Full details on Lots will be provided in the invitation to tender.
2)Common procurement vocabulary (CPV)

79940000, 79714110, 75242110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Full details on Lots will be provided in the invitation to tender.

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 45 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the invitation to tender.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the invitation to tender.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As detailed in the invitation to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
984/13.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2012/S 142-237462 of 26.7.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1.5.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.5.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
ESPO is intending to hold an open meeting for all interested providers on Tuesday 16.4.2013 (ESPO Building in Leicester 14:00 pm until 16:00 pm). Providers registering with ESPO as a result of this notice will be sent further details by e mail.
The meeting is to enable tenderers to ask any questions they may have about the services required, the framework, its structure, the evaluation process etc. There will be a presentation and overview of the documentation given; but there will also be an expectation that attendees will have read the document prior to attending.
A summary of the questions asked and answers given will be drawn up after the briefing meeting and will be shared with all tenderers. Attendance is not mandatory and will have no bearing on the procurement process.

Should you wish to attend the briefing meeting you must register your interest in advance by emailing Parminder Matharu at ESPO (). Dependant upon the level of interest, places may be limited and will be allocated on a first come first served basis, with only two people per organisation permitted to attend. You must use the reference 984 in any communication and confirmation of your attendance and details of the venue shall be provided.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=56377697

GO Reference: GO-201344-PRO-4707393.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: ESPO on behalf of Pro5, 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 ESPO 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 2006 (SI 2006 No. 5) 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 for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order 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)Date of dispatch of this notice:
4.4.2013