Oldham MBC : The Provision of Treasury Advisory Services

  Oldham MBC has published this notice through Delta eSourcing

Notice Summary
Title: The Provision of Treasury Advisory Services
Notice type: Contract Notice
Authority: Oldham MBC
Nature of contract: Services
Procedure: Open
Short Description: The provision of treasury advisory services on a contracted consultancy basis to AGMA and AGMA Associate Local Authorities
Published: 14/01/2015 13:10

View Full Notice

UK-.Oldham: Treasury services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Oldham MBC
      .Civic Centre, West Street, .Oldham, OL1 1UH, United Kingdom
      Tel. +44 1617701291, Fax. +44 1617705612, Email: steve.hark@oldham.gov.uk
      Contact: Corporate Procurement, Attn: Steve Hark

      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
      Public Order and Safety
      Environment
      Health
      Housing and community amenities
      Social protection
      Recreation, culture and religion
      Education

   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: The Provision of Treasury Advisory Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 6

         Region Codes: UKD3 - Greater Manchester         
      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:
      Treasury services. The provision of treasury advisory services on a contracted consultancy basis to AGMA and AGMA Associate Local Authorities
         
      II.1.6)Common Procurement Vocabulary:
         66600000 - Treasury 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: 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 provision of Treasury Advisory Services to AGMA and AGMA Associate Public Authorities.Most authorities optional, three authorities will commence services from the outset      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   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:
      Payment made via invoice every 6 months in arrears
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Contracted supplier
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   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.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
      
      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: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      CIPFA Revised Code of Practice of Treasury Management in the Public Services (2009)      
      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: Not Provided
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: 9SRG-9KMD5P      
      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: 23/02/2015
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/03/2015
         Time: 17:00      
      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
         Until: 2015-05-31 00:00:00.0
      
      IV.3.8)Conditions for opening tenders
         Date: 02/03/2015
         Time: 17:00
         Place:
         Oldham
         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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=126150947
GO-2015114-PRO-6288798 TKR-2015114-PRO-6288797
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Oldham MBC
      .Civic Centre, West Street, .Oldham, .OL1 1UH, United Kingdom
      Tel. +44 1617701260, Fax. +44 1617705612, Email: ce.procurement@oldham.gov.uk

      Body responsible for mediation procedures:
               Oldham MBC
         ., ., ., United Kingdom
         Tel. +44 1617701291

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Oldham Council
      Civic Centre, West Street, Oldham, OL1 1UH, United Kingdom
      Tel. +44 1617701260, Fax. +44 1617705612, Email: ce.procurement@oldham.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 14/01/2015

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
      Association of Greater Manchester Authorities
      http://www.agma.gov.uk/agma/authorities/index.html, Greater Manchester, United Kingdom

View any Notice Addenda

View Award Notice

UK-.Oldham: Treasury services.

Section I: Contracting Authority
   Title: UK-.Oldham: Treasury services.
   I.1)Name, Addresses and Contact Point(s):
      Oldham MBC
      .Civic Centre, West Street, .Oldham, OL1 1UH, United Kingdom
      Tel. +44 1617701291, Fax. +44 1617705612, Email: steve.hark@oldham.gov.uk
      Contact: Corporate Procurement, Attn: Steve Hark

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: The Provision of Treasury Advisory Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 6
         
         Region Codes: UKD3 - Greater Manchester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Treasury services. The provision of treasury advisory services on a contracted consultancy basis to AGMA and AGMA Associate Local Authorities
      II.1.5)Common procurement vocabulary:
         66600000 - Treasury services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 240,000
         Currency: GBP
         Excluding VAT: Yes

      
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:
               
         Criteria - Weighting
         
         Technical Capasity - 40
         Social Value - 5
         Early Payment - 5
         Price - 50
         
      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: 9SRG-9KMD5P         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 9SRG-9KMD5P

      V.1)Date Of Contract Award: 24/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Capita Treasury Solutions Limited
         Postal address: 40 Dukes Place
         Town: London
         Postal code: EC3A 7NH
         Country: United Kingdom
         Email: alan.george@capita.co.uk
         Telephone: +44 08716646800
         Fax: +44 08716646830
         Internet address: www.capitaassetservices.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 80,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 3
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151639274
GO-201579-PRO-6774458 TKR-201579-PRO-6774457   
   VI.3.1)Body responsible for appeal procedures:
      Oldham MBC
      Civic Centre, West Street, Oldham, OL11NL, United Kingdom
      Tel. +44 1617701260, Fax. +44 1617705612, Email: ce.procurement@oldham.gov.uk

      Body responsible for mediation procedures:
         Oldham MBC
         ., ., OL11NL, United Kingdom
         Tel. +44 1617701291
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Oldham Council
      Civic Centre, West Street, Oldham, OL11NL, United Kingdom
      Tel. +44 1617701260, Fax. +44 1617705612, Email: ce.procurement@oldham.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 09/07/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Manchester City Council (AGMA)
      P.O. Box 532, Town Hall, http://www.agma.gov.uk/agma/authorities/index.html, Manachester, M60 2LA, United Kingdom