Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Wrexham County Borough Council
Wrexham County Borough Council, Housing & Public Protection, Ruthin Road
For the attention of: Mrs Michelle Berry
LL13 7TU Wrexham
UNITED KINGDOM
Telephone: +44 1978315352
E-mail:
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:Provision of payment services at post offices & other outlets.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 6: Financial servicesa)Insurances services b)Banking and investment services
Main site or location of works, place of delivery or of performance: Wrexham.
NUTS code UKL23
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 requirement of this contract is to provide Wrexham County Borough Council (WCBC) with payment collection services at post offices and a broad network of other payment outlets utilising existing plastic payment cards as well as offering services to issue new cards and to conform to the other requirements of the specification, which will be issued upon receipt of expression of interest.
The contract will be for a fixed 3 year period with an option to extend on an annual basis for up to a further 2 years.
Community benefits do not apply to this contract.
II.1.6)Common procurement vocabulary (CPV)66110000, 66172000, 66000000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The contract is for an initial 3 year period with an option to extend on an annual basis for up to a further 2 years and is expected to commence on 1.9.2012.
It is expected that approximately 80 000 transactions will be incurred on an annual basis which equates to revenues of approximately 2 260 791 GBP per annum, however, these figures cannot be considered as guaranteed and could decrease or increase.
II.2.2)Information about optionsOptions: yes
Description of these options: Contract carries option to extend the initial 3 year contract period on an annual basis for up to a further 2 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 1.9.2012. Completion 31.8.2015
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: As detailed within the invitation to tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed within the invitation to tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed within the invitation to tender documentation.
Minimum level(s) of standards possibly required: As detailed within the invitation to tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed within the invitation to tender documentation.
Minimum level(s) of standards possibly required:
As detailed within the invitation to tender documentation.
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: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:MB/02/12
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate16.4.2012 - 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 tendersPersons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Duly authorised members and officers of Wrexham County Borough Council.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationIn the first instance should you be interested in this contract opportunity you should contact mrs. Michelle Berry via the contact details contained within section 1 of this notice. Upon receipt of expression of interest full invitation to tender documentation will be issued.
Tenders must reach the Authority by 12 noon on the 16.4.2012 in a plain sealed package and must be clearly marked "tender for the provision of payment services at post offices & other outlets”. The tender documents must be returned to:
Mr Andy Lewis.
Head of housing & public protection.
Wrexham County Borough Council.
Ruthin Road.
Wrexham.
LL13 7TU.
Any tender received after this date and time will not be considered unless there is evidence that it was posted or dispatched early enough to be received in due time by the normal course of post or dispatch and it is received before the other tenders have been opened.
Buy4Wales reference number: 29407.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum of 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 6 months (and 30 days in certain circumstances).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.2.2012