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

Advice & Information Services Throughout Dumfries & Galloway.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries and Galloway Council
Dumfries
UNITED KINGDOM
Telephone: +44 3033333000

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

Electronic access to information: www.publiccontractsscotland.gov.uk

Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk

Further information can be obtained from: Public Contracts Scotland Portal
UNITED KINGDOM
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: Documents can be downloaded from Public Contracts Scotland
UNITED KINGDOM
Internet address: http://www.dumgal.gov.uk

Tenders or requests to participate must be sent to: Upload to Public Contracts Scotland
UNITED KINGDOM
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:
Advice & Information Services Throughout Dumfries & Galloway.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Across Dumfries and Galloway Region.

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)
Provide advice and information services which are accessible to all communities in Dumfries and Galloway.
The service must work cooperatively with Council delivered services to:
1. Promote financial capability;
2. Reduce unmanageable debt;
3. Maximise household income;
4. Provide an advice and information service on housing, employment, consumer advice, and other relevant issues;
7. Provide tribunal and court representation or other advocacy services; and
8. Appropriately signpost clients;
9. Seek additional funding, in additional to that provided through this contract, to supplement service provision.
Services must be accessible to all communities within Dumfries and Galloway. Where demographic or geographic groups can be identified as being subject to disproportionate financial exclusion, or other relevant need, then services should be targeted proactively. Delivery must include office based, outreach clinics, phone, e-mail and on-line services, as well as home visits where needed.
Whilst general and advocacy services will be available to all sections of the population, any proactive income maximisation or financial inclusion work should be targeted at working age clients and related benefits. This complements services provided directly by Dumfries and Galloway Council which proactively target pension age and disability related benefits. The provider should work cooperatively with the Council to avoid unjustifiable duplication of services.

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=284058

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)

66171000, 85311100, 85311200, 85311300

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:
Provide advice and information services which are accessible to all communities in Dumfries and Galloway.
The service must work cooperatively with Council delivered services to:
1. Promote financial capability;
2. Reduce unmanageable debt;
3. Maximise household income;
4. Provide an advice and information service on housing, employment, consumer advice, and other relevant issues;
7. Provide tribunal and court representation or other advocacy services; and
8. Appropriately signpost clients;
9. Seek additional funding, in additional to that provided through this contract, to supplement service provision.
Services must be accessible to all communities within Dumfries and Galloway. Where demographic or geographic groups can be identified as being subject to disproportionate financial exclusion, or other relevant need, then services should be targeted proactively. Delivery must include office based, outreach clinics, phone, e-mail and on-line services, as well as home visits where needed.
Whilst general and advocacy services will be available to all sections of the population, any proactive income maximisation or financial inclusion work should be targeted at working age clients and related benefits. This complements services provided directly by Dumfries and Galloway Council which proactively target pension age and disability related benefits. The provider should work cooperatively with the Council to avoid unjustifiable duplication of services.
The successful contractor should have, or obtain within 12 months of contract commencement, Scottish National Standards, Level III, for Information and Advice. Where a tendering organisation is not already accredited to this level then plans to ensure the quality of services and advice would need to be evidenced.
The service will be delivered from 1.4.2014 for a period of 3 years.
The approximate value of the contract will be:
2014/15 1,004,000 GBP
2015/16 824,000 GBP
2016/17 824,000 GBP
Applicants will have a proven track record of providing similar services, and Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this contract since there is an existing provider with staff.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
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:
As per payment schedule - Part 5 Special Conditions of Contract.
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: The successful contractor should have or obtain Scottish National Standards, Level III, for Information and Advice within 12 months of contract commencement. Where a tendering organisation is not already accredited to this level then plans to ensure the quality of services and advice would need to be evidenced.
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 they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) 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.
(3) 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.
(4) 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.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
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 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.
(2) 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) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) 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.
(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
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/AB/275/13
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: 9.1.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
16.1.2014 - 14:00
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: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 16.1.2014 - 14:00

Place:

Dumfries and Galloway Council

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 years.
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:284058)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

As stated in the Public Contracts (Scotland) Regulations 2012
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:
13.11.2013