Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Lisburn and Castlereagh City Council
Island Civic Centre, The Island, Lisburn, Co. Antrim
Contact point(s): Bravo Solutions
BT27 4RL Lisburn
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address(es):
General address of the contracting authority: https://www.lisburncastlereagh.gov.uk
Address of the buyer profile: https://www.lisburncastlereagh.gov.uk
Electronic access to information: https://e-sourcingni.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://e-sourcingni.bravosolution.co.uk
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Generalist Advice Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Lisburn and Castlereagh Council area.
NUTS code UKN
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)
Generalist Advice Service.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contract is a 3 year Fixed Price Contract (except in respect of Value Added Tax) with the option for the Council to extend for 2 periods of 12 months each, subject to an agreed adjustment of the Contract rates in accordance with the terms of the Contract and a satisfactory performance.
Estimated value excluding VAT:
Range: between 525 000 and 875 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The Contract is a 3 year Fixed Price Contract (except in respect of Value Added Tax) with the option for the Council to extend for 2 periods of 12 months each, subject to an agreed adjustment of the Contract rates in accordance with the terms of the Contract and a satisfactory performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion Starting 1.4.2016. Completion 31.3.2019
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:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The estimated total value of the contract will be no more than circa 175 000,00 GBP per annum exclusive of VAT, subject to the necessary funds being made available annually through DSD and Council.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: - Providers must be members of Citizens Advice or Advice N.I. or equivalent organisation;
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Quality assessment. Weighting 80
2. Cost assessment. Weighting 20
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T15/16-045
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 29.1.2016 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate5.2.2016 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 5.2.2016 - 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:6.1.2016