London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Financial Management and Accountancy Services and Operations Director |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | WAHC is an umbrella organisation seeking tenders for an Operations Director and Financial Management Officers.The role of the Operations Manager is primarily to oversee the running of 5 Council-owned housing estates in London which are run by 5 individual Resident Management Organisations .The Financial lot is split in to two areas: finance management and finance accountancy. The roles are to provide financial and accountancy services to the same 5 estates, working under the Operations Manager. Please note that each Resident Management Organisation will sign its own contract with the succesful supplier(s). |
Published: | 15/12/2014 14:32 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Wandsworth Association of Housing Co-Operatives
21 Stanmer Street, London, SW11 3EQ, United Kingdom
Tel. +44 2079245213, Email: wahc@exceeding.uk.com
Contact: Kamila Klidzia
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:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Financial Management and Accountancy Services and Operations Director
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 9
Region Codes: UKI11 - Inner London - West
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:
Accounting, auditing and fiscal services. Fiscal services. Accounting services. Business and management consultancy and related services. WAHC is an umbrella organisation seeking tenders for an Operations Director and Financial Management Officers.The role of the Operations Manager is primarily to oversee the running of 5 Council-owned housing estates in London which are run by 5 individual Resident Management Organisations .The Financial lot is split in to two areas: finance management and finance accountancy. The roles are to provide financial and accountancy services to the same 5 estates, working under the Operations Manager. Please note that each Resident Management Organisation will sign its own contract with the succesful supplier(s).
II.1.6)Common Procurement Vocabulary:
79200000 - Accounting, auditing and fiscal services.
79220000 - Fiscal services.
79211000 - Accounting services.
79400000 - Business and management consultancy and related services.
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: Yes
If yes, tenders should be submitted for: One or more lots
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 contract duration is for three years with the option to extend for a further two years.Lot One is for "Financial Management and Accountancy Services" with an estimated annual value of £62300 GBP. Lot Two is for "Operations Director" with an estimated annual value of £64720 GBP.
Estimated value excluding VAT:
Range between: 381,060 and 635,100
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The contract duration is for three years with the option to extend for a further two years.
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Financial Management and Accountancy Services
1)Short Description:
Lot 1 contains two main service areas: Finance Management and Finance Accountancy.
2)Common Procurement Vocabulary:
79200000 - Accounting, auditing and fiscal services.
79220000 - Fiscal services.
79211000 - Accounting services.
3)Quantity Or Scope:
WAHC estimates that the resources necessary to provide the required services is approximately 90 hours each week. The natures of the services required dictate that there is a degree of variability in the application of the resource, with month and year ends driving activity increases. The main applications used within WAHC are Sage 50 and CHICS. Tenderers are expected to be familiar with the use of both of these products.The services require the production of three main documentation sets: the Finance Pack, Management Accounts, and KPIs. For further details please refer to the Invitation to Tender documentation.
Value range between: 186,900 and 311,500
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Operations Director
1)Short Description:
Lot 2 is for the role of Operations Director.
2)Common Procurement Vocabulary:
79400000 - Business and management consultancy and related services.
3)Quantity Or Scope:
To provide oversight, advice, scrutiny and supervision on the day-to-day running of the estates. For more information please refer to the Invitation to Tender documentation.
Value range between: 194,160 and 323,600
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the Invitation to Tender documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Invitation to Tender documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the Invitation to Tender documentation
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:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As set out in the Invitation to Tender documentation
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 set out in the Invitation to Tender documentation
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender documentation
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the Invitation to Tender documentation
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender documentation
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: Open
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:
Date: 26/02/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/02/2015
Time: 12:00
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 month(s): 6
IV.3.8)Conditions for opening tenders
Date: 27/02/2015
Time: 12:00
Place:
Goulden House, Battersea, London SW11 3HF
Persons authorised to be present at the opening of tenders: No
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: No
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=122961584
GO-20141215-PRO-6230132 TKR-20141215-PRO-6230131
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2)Lodging of appeals: Not Provided
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: 15/12/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Goulden House
Estate Office, Entrance A, Winders Road, Battersea, London, SW11 3HF, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
McCarthy Court Management Organisation
21 Stanmer Street, Battersea, London, SW11 3ES, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
All Saints Co-operative
Basement, All Saints Court, Prince of Wales Drive, Battersea, London, SW11 4BU, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Totteridge House Co-operative
Ground floor office, Yelverton Road, Battersea, London, SW11 3QQ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Felsham Road Co-operative
33 Henry Jackson Road, Putney, London, SW15 1DL, United Kingdom