Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Electronic Payment Services - 2015 |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Consortium intends to appoint a single supplier ('Supply Partner') to provide Electronic Payment Services. The envisaged service ('Solution') will allow public authority users, who are members of the Consortium and future members, to access electronic payment services through a network of convenient outlets, providing efficient and reliable electronic transfer of funds to the accounts of the relevant Public Authority. Users will be paying for a variety of services for example: housing rent, business rates, penalties, council tax and benefit over payments to name some but not all. |
Published: | 30/03/2015 13:24 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Northern Housing Consortium Ltd
Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
Tel. +44 915661000, Email: louise.chase@consortiumprocurement.org.uk, URL: www.northern-consortium.org.uk
Contact: Louise Chase, Attn: Louise Chase
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com
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:
Other: Central Purchasing Body
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: Electronic Payment Services - 2015
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 a single operator
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 7,500,000 and 75,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Financial transaction processing and clearing-house services. Financial market operational services. Financial consultancy, financial transaction processing and clearing-house services. Financial and insurance services. The Consortium intends to appoint a single supplier ('Supply Partner') to provide Electronic Payment Services. The envisaged service ('Solution') will allow public authority users, who are members of the Consortium and future members, to access electronic payment services through a network of convenient outlets, providing efficient and reliable electronic transfer of funds to the accounts of the relevant Public Authority. Users will be paying for a variety of services for example: housing rent, business rates, penalties, council tax and benefit over payments to name some but not all.
II.1.6)Common Procurement Vocabulary:
66172000 - Financial transaction processing and clearing-house services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
66000000 - Financial and insurance 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:
On the date of publishing this Invitation to Tender, there are approximately 133 NHC Members trading on the previous Electronic Payment Services Framework Agreement. Collectively, these call-off contracts equate to approximately £7.5million (transaction value) per annum. It is anticipated that these call-off contracts will be renewed as and when they expire which will be at different times and that the awarded Supply Partner will have the opportunity to submit a proposal for these contracts as they arise, subject to the Members requirements.
The framework is open to all current and future members of the NHC. A list of our current members can be found on our website - http://www.northern-consortium.org.uk/OurMembers
Estimated value excluding VAT:
Range between: 7,500,000 and 75,000,000
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: 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:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
NHC reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
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:
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to produce a declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent. (2) All candidates will be required to produce a declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
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;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(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.
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Details of three contracts that are relevant to our requirements (please refer to the framework specification) which should include name and contact details of referee, scope and description, date of the work(s), duration and contract value. Contracts should have been performed during the past three years.
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: PROC051-EPS2015
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/05/2015
Time: 10:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language
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
Date: 11/05/2015
Time: 10:00
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.
The framework will be for a period of 2years with an option to extend for a further 2years. Details of extension are provided in the Framework Agreement.
Supply Partners are required to become members of the NHC if successfully appointed to the framework. Details of membership are provided within the Invitation to Tender documents.
NHC reserves the right to change without notice the procedure for awarding the framework, to reject all or any bids for the framework, to terminate the process and not to award a framework at any time without any liability on its part. No framework will be created between NHC and any party until a framework agreement is executed between NHC and the winning bidders.
NHC do not guarantee the volume of contracts that will be awarded under the framework agreement.
Tenders and all supporting documentation for the contract must be in English and must be priced in sterling.
NHC is not liable for any costs (including any third party costs fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English Courts.
All communications must be made through NHC's eTendering portal at www.delta-esourcing.com. NHC will not respond to any queries or requests to participate made via any other method.
The lead member organisation of the Lancashire hub has been named in this notice. The Hub are under no obligation to award through the framework (further details provided in the ITT documentation). All other members of the Consortium are able to access the framework. Further details are provided in the ITT documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Financial-transaction-processing-and-clearing-house-services./C776553AGU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C776553AGU
GO-2015330-PRO-6482338 TKR-2015330-PRO-6482337
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Northern Housing Consortium Ltd
Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
Tel. +44 915661000, Email: louise.chase@consortiumprocurement.org.uk, URL: www.northern-consortium.org.uk
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: 30/03/2015
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
Bury Council
Town Hall Knowsley Street, Lancashire, United Kingdom