Braintree District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Pan Essex Compliance & Counter Fraud Scheme |
Notice type: | Contract Notice |
Authority: | Braintree District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The provision of pan Essex compliance & counter fraud services. The goal of the contract is to provide a group of Essex Authorities a cost effective, easy to access, use and maintain system which allows public sector partners to share essential records needed to optimise income derived from local taxes, fees and charges. The following organisations are participating in this project: Basildon Borough Council Braintree District Council Brentwood Borough Council Castle Point Borough Council Chelmsford City Council Colchester Borough Council Epping Forest District Council Essex County Council* Essex Fire and Rescue Authority* Police & Crime Commissioner for Essex* Harlow District Council Maldon District Council Rochford District council Southend Borough Council Tendring District Council Thurrock Borough Council Uttlesford District Council *These bodies are participating but will not be signatories to the contract. SYSTEM GOALS •Allows information from individual systems to be imported, compared and analysed with a view to identifying mismatches in data sets which may indicate fraud or non-compliance •Supports as a minimum a combination of instant interrogation on individuals and batch check reports •Is flexible to cater for extension of information sharing, beyond the initial business requirement. BUSINESS GOALS •Provides an attractive return on investment as measured against revenue recovered versus the total acquisition cost (solution provision, implementation, hosting and ongoing maintenance over the full life time of the contract), ideally within one year of being fully live •Supports improvements to the accuracy of all data sets accessed •Ensures correct discounts / exemptions are applied •Deters / prevents opportunities for fraud •Increases closer cooperation / partnership between the working participants •Protects the Council Tax base |
Published: | 15/01/2016 11:41 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Fax. +44 1376557792, Email: procurement@braintree.gov.uk, URL: www.braintree.gov.uk, URL: http://braintree.g2b.info
Contact: Procurement Department, Attn: Will Baxter
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Industry-specific-software-package./6HU5X4Z7MB
Electronic Submission URL: https://www.delta-esourcing.com/respond/6HU5X4Z7MB
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Pan Essex Compliance & Counter Fraud Scheme
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Industry specific software package. Industry specific software development services. The provision of pan Essex compliance & counter fraud services. The goal of the contract is to provide a group of Essex Authorities a cost effective, easy to access, use and maintain system which allows public sector partners to share essential records needed to optimise income derived from local taxes, fees and charges. The following organisations are participating in this project:
Basildon Borough Council
Braintree District Council
Brentwood Borough Council
Castle Point Borough Council
Chelmsford City Council
Colchester Borough Council
Epping Forest District Council
Essex County Council*
Essex Fire and Rescue Authority*
Police & Crime Commissioner for Essex*
Harlow District Council
Maldon District Council
Rochford District council
Southend Borough Council
Tendring District Council
Thurrock Borough Council
Uttlesford District Council
*These bodies are participating but will not be signatories to the contract.
SYSTEM GOALS
•Allows information from individual systems to be imported, compared and analysed with a view to identifying mismatches in data sets which may indicate fraud or non-compliance
•Supports as a minimum a combination of instant interrogation on individuals and batch check reports
•Is flexible to cater for extension of information sharing, beyond the initial business requirement.
BUSINESS GOALS
•Provides an attractive return on investment as measured against revenue recovered versus the total acquisition cost (solution provision, implementation, hosting and ongoing maintenance over the full life time of the contract), ideally within one year of being fully live
•Supports improvements to the accuracy of all data sets accessed
•Ensures correct discounts / exemptions are applied
•Deters / prevents opportunities for fraud
•Increases closer cooperation / partnership between the working participants
•Protects the Council Tax base
II.1.6)Common Procurement Vocabulary:
48100000 - Industry specific software package.
72212100 - Industry specific software development 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: 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:
Not Provided
Estimated value excluding VAT:
Range between: 200,000 and 500,000
Currency: GBP
II.2.2)Options: No
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
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:Yes
If Yes, description of particular conditions:
As described within the published contract documentation.
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:
Information and formalities necessary for evaluating if requirements are met:
As stated within the published Capability Assessment Document.
Minimum Level(s) of standards possibly required:
As stated within the published Capability Assessment Document.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As stated within the published Capability Assessment Document.
Minimum Level(s) of standards possibly required:
As stated within the published Capability Assessment Document.
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: 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: PROC15-0110
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: 11/03/2016
Time-limit for receipt of requests for documents or for accessing documents: 14:55
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/03/2016
Time: 15:00
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: 11/03/2016
Time: 16:00
Place:
Braintree District Council
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Industry-specific-software-package./6HU5X4Z7MB
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6HU5X4Z7MB
GO-2016115-PRO-7582815 TKR-2016115-PRO-7582814
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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: 15/01/2016
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
Basildon Borough Council
The Basildon Centre, St. Martin's Square, Basildon, SS14 1DL, 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
Brentwood Borough Council
Town Hall, Ingrave Road, Brentwood, CM15 8AY, 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
Castle Point Borough Council
Kiln Road, Thundersley, Benfleet, SS7 1TF, 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
Chelmsford City Council
Civic Centre, Duke Street, Chelmsford, CM1 1JE, 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
Colchester Borough Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, 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:
6: Contracting Authority
Epping Forest District Council
High Street, Epping, CM16 4BZ, 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:
7: Contracting Authority
Harlow Council
Civic Centre, The Water Gardens, Harlow, CM20 1WG, 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:
8: Contracting Authority
Maldon District Council
Council Offices, Princes Road, Maldon, CM9 5DL, 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:
9: Contracting Authority
Rochford District Council
Council Offices, South Street, Rochford, SS4 1BW, 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:
10: Contracting Authority
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, 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:
11: Contracting Authority
Tendring District Council
Town Hall, Station Road, Clacton-on-Sea, CO15 1SE, 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:
12: Contracting Authority
Thurrock Borough Council
New Road, Grays, RM17 6SL, 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:
13: Contracting Authority
Uttlesford District Council
Council Offices, London Road, Saffron Walden, CB11 4ER, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Fax. +44 1376557792, Email: procurement@braintree.gov.uk
Contact: Procurement Department
Main Address: www.braintree.gov.uk, Address of the buyer profile: http://braintree.g2b.info
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Pan Essex Compliance & Counter Fraud Scheme
Reference number: PROC15-0110
II.1.2) Main CPV code:
48100000 - Industry specific software package.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of pan Essex compliance & counter fraud services. The goal of the contract is to provide a group of Essex Authorities a cost effective, easy to access, use and maintain system which allows public sector partners to share essential records needed to optimise income derived from local taxes, fees and charges.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 429,500
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
48100000 - Industry specific software package.
72212100 - Industry specific software development services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The provision of pan Essex compliance & counter fraud services. The goal of the contract is to provide a group of Essex Authorities a cost effective, easy to access, use and maintain system which allows public sector partners to share essential records needed to optimise income derived from local taxes, fees and charges.
II.2.5) Award criteria:
Quality criterion - Name: Technical Solution / Weighting: 35
Quality criterion - Name: Service Delivery / Weighting: 25
Cost criterion - Name: Commercial / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 12-17054
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/06/2016
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Vigilant Applications Ltd
Abbey House, 1650 Arlington Business Park, Theale, Berkshire, RG7 4SA, United Kingdom
NUTS Code: UKJ11
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 429,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=207150744
VI.4) Procedures for review
VI.4.1) Review body
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 20/06/2016