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

Management of the Leicestershire Welfare Provision Scheme - 3130/14.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Leicestershire County Council
c/o ESPO, Barnsdale Way, Grove Park, Enderby
For the attention of:
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
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Management of the Leicestershire Welfare Provision Scheme - 3130/14.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKF22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Social work and related services. Social services. Administrative social services. Provision of services to the community. Benefit services. Guidance services. Database software package. Administration services. Social work services. Welfare services not delivered through residential institutions. Eastern Shires Purchasing Organisation (ESPO) is working on behalf of Leicestershire County Council (the Council) to manage a procurement process to appoint a service provider for the management of the Leicestershire Welfare Provision scheme.
This is a function which the government has requested local authorities to provide, offering emergency assistance (financial and non-financial) to eligible individuals. The main objective is for the provision of a service that assesses applications in accordance to the eligibility criteria and arranges fulfillment as appropriate. The service is also responsible for identifying the underlying needs of applicants and referring them to appropriate third party support. .
The service needs to be accessible by the entire population of Leicestershire via telephone and the internet. The service will require ICT software that can receive and assess applications and then use the information to identify appropriate immediate items/ payment that meet the needs of the applicant.
The Council envisages a service which, whilst meeting the requirement to efficiently process applications, will manage the welfare fund available and address applicants' needs in a more sustainable way. So whilst acknowledging that the solution includes an ICT element, the Council expects the appointed service provider (either directly or via partner organisations) to offer applicants appropriate referral and signposting to other sources and types of assistance, including that available from community organisations.
A single service provider will be appointed to provide the above services along with the hosted ICT system.
The initial project would also involve implementation of the service and data migration from the current ICT system.
The Contract shall be for an initial period of 12 months with the option to extend for a further two periods of 12 months at the sole discretion of the Council and subject to continued funding being available from Central Government.

In order to express an interest in tendering, please email your request to: quoting ESPO reference number 3130/14.

II.1.6)Common procurement vocabulary (CPV)

85300000, 85320000, 85321000, 75200000, 75310000, 85312310, 48611000, 75100000, 85310000, 85312400

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: no
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:
II.2.2)Information about options
Options: yes
Description of these options: The Contract shall be for an initial period of 12 months with the option to extend for a further two periods of 12 months at the sole discretion of the Council and subject to continued funding being available from Central Government.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

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 and civil partnership, pregnancy or maternity, race, , 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. The financial vetting process aims to establish that the tenderer is viable and financially stable. LCC will be looking to ensure that the annual value of contracts awarded through this procurement ideally does not exceed 50 % of the reported turnover of the applicant as shown in the sets of accounts for the most recent two years (audited as required by Companies House) of the tenderer.
3. In addition to this LCC will conduct a liquidity test (i.e. current assets divided by current liabilities) over the last two years. If this calculation produces a figure of below 0.8 in any of the two financial years this will result in further information being sought. This information may take a number of different forms. If the tenderer can satisfy LCC that it is viable and financially stable despite achieving a liquidity test outcome of below 0.8 they may be allowed to continue in the tender process.
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 Invitation to Tender.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in Invitation to Tender.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As detailed in 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:
3130/14
IV.3.2)Previous publication(s) concerning the same contract
no
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: 28.11.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.12.2013 - 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
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=76495423

GO Reference: GO-20131021-PRO-5210997
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 Leicestershire County Council, 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:
21.10.2013