ESPO : Bailiff & Debt Collection Services - 984/13

  ESPO has published this notice through Delta eSourcing

Notice Summary
Title: Bailiff & Debt Collection Services - 984/13
Notice type: Contract Notice
Authority: ESPO
Nature of contract: Services
Procedure: Open
Short Description: This project is to re-let the existing bailiff services framework which was established for the first time in 2009 and is possibly today the only national framework for the public sector. For this reason, providers must be able to offer a National service. The main aim of the framework is to save public sector organisations time and money in procuring bailiff and debt collecting services which meet specified standards. The value of the current framework is around £10.5m pa (as measured by the value of debt recovered by framework providers). To date, the current framework has attracted interest from over 60 organisations and it is believed the new framework has significant potential for growth. For the new Framework, we will be changing the method we use to measure the value (contract turnover) to one based on the value of fees collected from debtors (as well as local authorities in the case of debt collection and other services). Using this new measure we estimate the value of the new framework to be around £3.9mpa with the potential to grow to around £5.8mpa. The figures shown in the OJEU notice are based on these estimated values, multiplied over the full four years of the framework to £15.6m and £23.2m respectively.Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police (including elected local policing bodies and other police authorities for UK police forces), Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Central Government Departments and their Agencies. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx The framework is divided by two lots as follows: Lot 1 is the award of the framework; Lot 2 is the award of call off contract for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council for the Bailiff and relevant debt collection services covered by the framework. An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
Published: 04/04/2013 14:37

View Full Notice

UK-Leicester: Bailiff services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Eastern Shires Purchasing Organisation (see www.espo.org) for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector)
      Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
      Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
      Attn: tenders@espo.org

      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:
      Other: Local Authority Services

   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: Bailiff & Debt Collection Services - 984/13
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 6

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 6
         Duration of the framework agreement:
            Duration in year(s): 3             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 15,600,000 and 23,200,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Bailiff services. Collection agency services. Absconder-tracing services. This project is to re-let the existing bailiff services framework which was established for the first time in 2009 and is possibly today the only national framework for the public sector. For this reason, providers must be able to offer a National service. The main aim of the framework is to save public sector organisations time and money in procuring bailiff and debt collecting services which meet specified standards. The value of the current framework is around £10.5m pa (as measured by the value of debt recovered by framework providers). To date, the current framework has attracted interest from over 60 organisations and it is believed the new framework has significant potential for growth. For the new Framework, we will be changing the method we use to measure the value (contract turnover) to one based on the value of fees collected from debtors (as well as local authorities in the case of debt collection and other services). Using this new measure we estimate the value of the new framework to be around £3.9mpa with the potential to grow to around £5.8mpa. The figures shown in the OJEU notice are based on these estimated values, multiplied over the full four years of the framework to £15.6m and £23.2m respectively.Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police (including elected local policing bodies and other police authorities for UK police forces), Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Central Government Departments and their Agencies. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

The framework is divided by two lots as follows:
Lot 1 is the award of the framework;
Lot 2 is the award of call off contract for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council for the Bailiff and relevant debt collection services covered by the framework.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
         
      II.1.6)Common Procurement Vocabulary:
         75242110 - Bailiff services.
         
         79940000 - Collection agency services.
         
         79714110 - Absconder-tracing services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      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 value of GBP 15,600,000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of GBP 15,600,000 to GBP 23,200,000 for the duration (including the extension option referred to at Section II.2.2)      
      
      II.2.2)Options: Yes
         If yes, description of these options: The framework agreement has the option to extend for up to further 12 months. The total estimated value stated in Section II.1.4 includes the option period.                   
         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      
         Starting: 25/06/2013
         Completion: 24/06/2016

   Information About Lots
            
      Lot No: 1
      Title: Bailiff Services

      1)Short Description:      
      The award of the framework for the collection of debts resulting from outstanding Council Tax, business rates and parking fines. Also including debt collection and absconder tracing services. Full details on Lots will be provided in the invitation to tender.

      2)Common Procurement Vocabulary:
         75242110 - Bailiff services.
                  79940000 - Collection agency services.
                  79714110 - Absconder-tracing services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            Full details on Lots will be provided in the invitation to tender.      
      Lot No: 2
      Title: The award of call-off contracts under the framework.

      1)Short Description:      
      The award of call off contract for Cambridgeshire County Council, Northamptonshire County Council & the LGSS Managed Revenues and Benefits service on behalf of Norwich City Council for the debt collection services covered by the framework. Full details on Lots will be provided in the invitation to tender.

      2)Common Procurement Vocabulary:
         79940000 - Collection agency services.
                  79714110 - Absconder-tracing services.
                  75242110 - Bailiff services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            Full details on Lots will be provided in the invitation to tender.         
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:
      Joint and several liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.

2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 45 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As detailed in the invitation to tender      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Minimum Level(s) of standards possibly required:
         As detailed in the invitation to tender
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Minimum Level(s) of standards possibly required:
         As detailed in the invitation to tender      
      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: Not Provided      
      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: 984/13      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2012/S 123 - 45678 of 11/07/2012
               
         Other previous publications: No                

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

      Date: 01/05/2013

         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 08/05/2013
         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
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   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: ESPO is intending to hold an open meeting for all interested providers on Tuesday 16th April 2013 (ESPO Building in Leicester 2pm until 4pm). Providers registering with ESPO as a result of this notice will be sent further details by e mail.

The meeting is to enable tenderers to ask any questions they may have about the services required, the framework, its structure, the evaluation process etc. There will be a presentation and overview of the documentation given; but there will also be an expectation that attendees will have read the document prior to attending.
A summary of the questions asked and answers given will be drawn up after the briefing meeting and will be shared with all tenderers. Attendance is not mandatory and will have no bearing on the procurement process.
Should you wish to attend the briefing meeting you must register your interest in advance by emailing Parminder Matharu at ESPO (p.matharu@espo.org). Dependant upon the level of interest, places may be limited and will be allocated on a first come first served basis, with only two people per organisation permitted to attend. You must use the reference 984 in any communication and confirmation of your attendance and details of the venue shall be provided.

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=56377697
GO-201344-PRO-4707393 TKR-201344-PRO-4707392
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: ESPO on behalf of Pro5, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.   
   
      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: 04/04/2013

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
      Organisations stated in Section II.1.5
      further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom

View any Notice Addenda

Bailiff & Debt Collection Services - 984/13

UK-Leicester: Bailiff services.

Section I: Contracting Authority
   Title: UK-Leicester: Bailiff services.
   I.1)Name, Addresses And Contact Point(s)
      Eastern Shires Purchasing Organisation (see www.espo.org) for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector)
      Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
      Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
      Attn: tenders@espo.org
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Bailiff & Debt Collection Services - 984/13
      II.1.2)Short description of the contract or purchase:
      Bailiff services. Collection agency services. Absconder-tracing services. This project is to re-let the existing bailiff services framework which was established for the first time in 2009 and is possibly today the only national framework for the public sector. For this reason, providers must be able to offer a National service. The main aim of the framework is to save public sector organisations time and money in procuring bailiff and debt collecting services which meet specified standards. The value of the current framework is around £10.5m pa (as measured by the value of debt recovered by framework providers). To date, the current framework has attracted interest from over 60 organisations and it is believed the new framework has significant potential for growth. For the new Framework, we will be changing the method we use to measure the value (contract turnover) to one based on the value of fees collected from debtors (as well as local authorities in the case of debt collection and other services). Using this new measure we estimate the value of the new framework to be around £3.9mpa with the potential to grow to around £5.8mpa. The figures shown in the OJEU notice are based on these estimated values, multiplied over the full four years of the framework to £15.6m and £23.2m respectively. Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police (including elected local policing bodies and other police authorities for UK police forces), Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Central Government Departments and their Agencies. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

The framework is divided by two lots as follows:
Lot 1 is the award of the framework; as described more fully in section II.3 (1) below.
Lot 2 is the award of call off contract for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council for the Bailiff and relevant debt collection services covered by the framework (Lot 1).

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
      
      II.1.3)Common procurement vocabulary:
      75242110 - Bailiff services.
      
      79940000 - Collection agency services.
      
      79714110 - Absconder-tracing services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: 984/13      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 103600
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 69 - 114870 of 09/04/2013      
      IV.2.4)Date of dispatch of the original Notice: 04/04/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: Section II.1.5)Short description of the contract or purchase:
            
            Instead of: This project is to re-let the existing bailiff services framework which was established for the first time in 2009 and is possibly today the only national framework for the public sector. For this reason, providers must be able to offer a National service. The main aim of the framework is to save public sector organisations time and money in procuring bailiff and debt collecting services which meet specified standards. The value of the current framework is around £10.5m pa (as measured by the value of debt recovered by framework providers). To date, the current framework has attracted interest from over 60 organisations and it is believed the new framework has significant potential for growth. For the new Framework, we will be changing the method we use to measure the value (contract turnover) to one based on the value of fees collected from debtors (as well as local authorities in the case of debt collection and other services). Using this new measure we estimate the value of the new framework to be around £3.9mpa with the potential to grow to around £5.8mpa. The figures shown in the OJEU notice are based on these estimated values, multiplied over the full four years of the framework to £15.6m and £23.2m respectively.Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police (including elected local policing bodies and other police authorities for UK police forces), Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Central Government Departments and their Agencies. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

The framework is divided by two lots as follows:
Lot 1 is the award of the framework;
Lot 2 is the award of call off contract for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council for the Bailiff and relevant debt collection services covered by the framework.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
            
            Read: This project is to re-let the existing bailiff services framework which was established for the first time in 2009 and is possibly today the only national framework for the public sector. For this reason, providers must be able to offer a National service. The main aim of the framework is to save public sector organisations time and money in procuring bailiff and debt collecting services which meet specified standards. The value of the current framework is around £10.5m pa (as measured by the value of debt recovered by framework providers). To date, the current framework has attracted interest from over 60 organisations and it is believed the new framework has significant potential for growth. For the new Framework, we will be changing the method we use to measure the value (contract turnover) to one based on the value of fees collected from debtors (as well as local authorities in the case of debt collection and other services). Using this new measure we estimate the value of the new framework to be around £3.9mpa with the potential to grow to around £5.8mpa. The figures shown in the OJEU notice are based on these estimated values, multiplied over the full four years of the framework to £15.6m and £23.2m respectively. Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police (including elected local policing bodies and other police authorities for UK police forces), Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Central Government Departments and their Agencies. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

The framework is divided by two lots as follows:
Lot 1 is the award of the framework; as described more fully in section II.3 (1) below.
Lot 2 is the award of call off contract for Cambridgeshire County Council, Northamptonshire County Council and Norwich City Council for the Bailiff and relevant debt collection services covered by the framework (Lot 1).

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
            
            Place of text to be modified: Information About Lots
Lot No: 1
Title: Bailiff Services
1)Short Description:
            
            Instead of: The award of the framework for the collection of debts resulting from outstanding Council Tax, business rates and parking fines. Also including debt collection and absconder tracing services. Full details on Lots will be provided in the invitation to tender.
            
            Read: The award of the framework for the collection of debts resulting from outstanding Council Tax, business rates, parking fines and other traffic related offences in accordance with the below listed regulations (the list is not exhaustive). Also including debt collection and absconder tracing services.
- Unpaid Penalty Charge Notices issued under the Road Traffic Act 1991 (as amended) and the Traffic Management Act 2004. Unpaid debt resulting from Offences under Road Traffic Regulation Act 1984 and Disposal of Vehicle Regulations Act 1986 ) .
- NNDR - The Non-Domestic Rating (Collection and Enforcement) (Local Lists) Regulations specifically you would quote S.I 1989/1058.
- Ctax - The Council Tax (Administration and Enforcement) regulations 1992, S.I 1992 No. 613 Schedule 5, Regulation 8.

Full details on Lots will be provided in the invitation to tender.

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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=57616181
GO-2013418-PRO-4740895 TKR-2013418-PRO-4740894

      VI.5)Date of dispatch: 18/04/2013
Bailiff & Debt Collection Services - 984/13

UK-Leicester: Bailiff services.

Section I: Contracting Authority
   Title: UK-Leicester: Bailiff services.
   I.1)Name, Addresses And Contact Point(s)
      Eastern Shires Purchasing Organisation (see www.espo.org) for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector)
      Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
      Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
      Attn: tenders@espo.org
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Bailiff & Debt Collection Services - 984/13
      II.1.2)Short description of the contract or purchase:
      Bailiff services. Collection agency services. Absconder-tracing services. Bailiff & Debt Collection Services
      
      II.1.3)Common procurement vocabulary:
      75242110 - Bailiff services.
      
      79940000 - Collection agency services.
      
      79714110 - Absconder-tracing services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: 984/13      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 103600
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 69 - 114870 of 09/04/2013      
      IV.2.4)Date of dispatch of the original Notice: 04/04/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been discontinued.

      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=78869338
GO-2013117-PRO-5249453 TKR-2013117-PRO-5249452

      VI.5)Date of dispatch: 07/11/2013

View Award Notice