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

Debt Collection Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries and Galloway Council
Procurement Team, Council Headquarters
Contact point(s): Procurement Team
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604

Internet address(es):

General address of the contracting authority: http://www.dumgal.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

Further information can be obtained from: Dumfries and Galloway Council
Procurement Team, Council Headquarters
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address: http://www.dumgal.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dumfries and Galloway Council
Procurement Team, Council Headquarters
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address: http://www.dumgal.gov.uk

Tenders or requests to participate must be sent to: Dumfries and Galloway Council
Procurement Team, Council Headquarters
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
Internet address: http://www.dumgal.gov.uk

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:
Debt Collection Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 21: Legal services
Main site or location of works, place of delivery or of performance: Throughout Dumfries and Galloway.

NUTS code UKM32

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)
The Purchaser is seeking to secure a 3 year contract, with the option to extend for a further year for the provision of Debt Collection Services for Council Services where debt recovery is used. The period of the contract will be 3 years from the implementation date of 1.4.2014 until 31.3.2017. The Council may choose to exercise the option to extend this contract for a further year if it wishes to do so.
The successful Supplier will fulfil the requirements for Debt Collection Services, which meet the needs of the Purchaser, as detailed in the requirement specification.
The project will seek to secure the services of an external Supplier to implement recovery procedures and carry out diligence in accordance with the terms of the legislation as detailed in The Debtors Scotland Act 1987 as amended where appropriate or in line with Purchaser's policies and procedures.
The purpose of this tender is secure and manage a contract for debt collection services for all of the under noted income sources:
- Council Tax
- Business Rates
- Sundry Debts (Sales Ledger)
- Overpaid Housing Benefit

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=280929

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
II.1.6)Common procurement vocabulary (CPV)

79100000

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:
as per tender document.
Estimated value excluding VAT: 525 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Dumfries and Galloway Council has stipulated the right to extend the contract by one additional year, following the initial 3 year contract period.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 31.3.2017

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:
Delivery Payment
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 conditions
The performance of the contract is subject to particular conditions: no
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(2) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(4) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(3) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(7) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Any Sheriff Officers who are utilised by the Supplier to affect diligence and collect debt on behalf of the Purchaser must hold a commission to operate in the Sheriffdom of South Strathclyde, Dumfries & Galloway. The Supplier must name the Sheriff Officers firm(s) to be used under this Contract (including where the Supplier is itself a Sheriff Officers firm) and the areas in which that firm holds commission to operate.
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:
DG/CB/241/13
IV.3.2)Previous publication(s) concerning the same contract
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: 22.11.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
29.11.2013 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 29.11.2013 - 14:00

Place:

Council Headquarters, English Street, Dumfries

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: The Contract Award Notice for this tender is expected to be published around mid February 2014.
The subsequent tender exercise following on from this one, is expected to commence in either October 2017 or October 2018 depending on whether the option to extend this contract by the additional year is exercised
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:280929)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sheriff Court
Buccleuch Street
Dumfries
UNITED KINGDOM

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:
9.10.2013