Bip Buyer de-activated users: Financial Inclusion (Welfare Benefit and Debt) Service

  Bip Buyer de-activated users has published this notice through Delta eSourcing

Notice Summary
Title: Financial Inclusion (Welfare Benefit and Debt) Service
Notice type: Contract Notice
Authority: Bip Buyer de-activated users
Nature of contract: Services
Procedure: Restricted
Short Description: Tender for a confidential, quality, free and independent general advice service for the residents of South Gloucestershire
Published: 20/11/2014 15:32

View Full Notice

UK-Kingswood: Provision of services to the community.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      South Gloucestershire Council
      The Council Offices, P.O. Box 299, Civic Centre, Kingswood, BS15 0DQ, United Kingdom
      Tel. +44 454865838, Email: rachael.williams-lock@southglos.gov.uk, URL: www.southglos.gov.uk
      Contact: Rachael Williams-Lock, Attn: Rachael Williams-Lock
      Electronic Access URL: www.supplyingthesouthwest.org.uk
      Electronic Submission URL: www.supplyingthesouthwest.org.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Financial Inclusion (Welfare Benefit and Debt) Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Provision of services to the community. Tender for a confidential, quality, free and independent general advice service for the residents of South Gloucestershire
         
      II.1.6)Common Procurement Vocabulary:
         75200000 - Provision of services to the community.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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:
      The Council is seeking bids from suppliers who have the skills and experience, appropriate quality assurance systems, technical ability and financial stability to provide general advice with a specificfocus on welfare benefit and debt to all South Gloucestershire residents.Other subject areas of advice to be included within this commission in addition to welfarebenefit and debt advice are:•Community care•Consumer•Discrimination•Employment•Family•Housing.There is an expectation for advice to be provided at casework and specialist levels for welfare benefit and debt advice in line with the Advice Quality Standard. This level of advice includes providing initial diagnosis of a problem and follow up casework; up to and including representation. Where possible complex casework and representation should be provided by the supplier. There may be a range of intertwined social welfare issues encountered by clients and these should be addressed.The total contract cost is £268,540. The term of the contract is for three years with an option to extend for a further year and is subject to Council budget, supplier performance and usual termination clauses. The contract will commence on 1st October 2015. It is envisaged that Transfer of Undertakings (Protection of Employment) (TUPE)Regulations will apply to this contract.         
         Estimated value excluding VAT: 268,540
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The term of the contract is for three years with an option to extend for a further year and is subject to Council budget, supplier performance and usual termination clauses.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration 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
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/10/2015
         Completion:

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      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:

      As specified in the Pre-Qualification Questionnaire (PQQ) and tender documents      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As specified in the Pre-Qualification Questionnaire (PQQ) and tender documents         
         Minimum Level(s) of standards possibly required:
         As specified in the Pre-Qualification Questionnaire (PQQ) and tender documents
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As specified in the Pre-Qualification Questionnaire (PQQ) and tender documents         
         Minimum Level(s) of standards possibly required:
         As specified in the Pre-Qualification Questionnaire (PQQ) and tender documents      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal 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 procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 3
         
         Objective Criteria for choosing the limited number of candidates:
         As specified in the Pre-Qualification Questionnaire (PQQ) and tender documents   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/03/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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=120453215
GO-20141120-PRO-6175233 TKR-20141120-PRO-6175232
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      South Gloucestershire Council
      Civic Centre, High Street, Kingswood, Bristol, BS15 0DR, United Kingdom
      Tel. +44 454865030

      VI.4.2)Lodging of appeals: South Gloucestershire Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 20/11/2014

ANNEX A

View any Notice Addenda

View Award Notice