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
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
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