London Boroughs of Richmond and Wandsworth: Benefits Processing and Council Tax Reduction Resilience

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Benefits Processing and Council Tax Reduction Resilience
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: These services are commissioned by the Benefits Service of the Councils. Its purpose is to provide the service’s in-house team, with external, off-site, buffer capacity to process, on a temporary, ad-hoc, basis, various council tax reduction and housing benefits related applications, reconsiderations and complaints referred to the Councils in-house team.
Published: 07/02/2019 15:46
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Benefit services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Wandsworth
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 2088716000, Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
             Main Address: www.wandsworth.gov.uk, Address of the buyer profile: www.delta-esourcing.com
             NUTS Code: UKI34
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Benefit-services./RJ94M897QH
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Benefits Processing and Council Tax Reduction Resilience       
      Reference Number: CPT2200
      II.1.2) Main CPV Code:
      75310000 - Benefit services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: These services are commissioned by the Benefits Service of the Councils. Its purpose is to provide the service’s in-house team, with external, off-site, buffer capacity to process, on a temporary, ad-hoc, basis, various council tax reduction and housing benefits related applications, reconsiderations and complaints referred to the Councils in-house team.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: 3.1.2This service is commissioned by the Benefits Service of the Councils. Its purpose is to provide the service’s in-house team, with external, off-site, buffer capacity to process, on a temporary, ad-hoc, basis, various council tax reduction and housing benefits related applications, reconsiderations and complaints.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 3,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Subject to an extension or extensions of up to an aggregate of 4 further years at the absolute discretion of the Councils as set out in the tender documentation.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: As set out in the tender documentation       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As set out in tender documentation    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As set out in tender documentation          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      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    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/03/2019 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/03/2019
         Time: 12:00
         Place:
         Wandsworth Town Hall
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-London:-Benefit-services./RJ94M897QH

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RJ94M897QH
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC1A 2LL, United Kingdom
       Tel. +44 20794760000
   VI.4.2) Body responsible for mediation procedures:
             London Borough of Wandsworth
          Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
          Tel. +44 2088716000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Applicants who are unsuccessful shall be informed by the relevant Authority 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 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or ate 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 the Authorities to amend any document and may award damages.

If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that 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.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 07/02/2019

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
       The London Borough of Richmond upon Thames
       Civic Centre, 44 York Road, Twickenham, TW1 3BZ, United Kingdom
       Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
       Main Address: www.richmond.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI75

View any Notice Addenda

Benefits Processing and Council Tax Reduction Resilience

UK-London: Benefit services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088716000, Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
       Main Address: www.wandsworth.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI34

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Benefits Processing and Council Tax Reduction Resilience      Reference number: CPT2200      
   II.1.2) Main CPV code:
      75310000 - Benefit services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: These services are commissioned by the Benefits Service of the Councils. Its purpose is to provide the service’s in-house team, with external, off-site, buffer capacity to process, on a temporary, ad-hoc, basis, various council tax reduction and housing benefits related applications, reconsiderations and complaints referred to the Councils in-house team.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/03/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 229868   
   Notice number in OJ S:    2019/S 30 - 67334
   Date of dispatch of the original notice: 07/02/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: IV.2.2)          
         Lot No: Not provided          
         Place of text to be modified: IV.2.2)          
         Instead of: Date: 13/03/2019
Time: 12:00          
         Read: Date: 22/03/2019
Time: 12:00
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.7)          
         Lot No: Not provided          
         Place of text to be modified: IV.2.7)          
         Instead of: Date: 13/03/2019
Time: 12:00          
         Read: Date: 22/03/2019
Time: 12:00
                                    
   
VII.2) 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=383205841


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          The London Borough of Richmond upon Thames
          Civic Centre, 44 York Road, Twickenham, TW1 3BZ, United Kingdom
          Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
          Main Address: www.richmond.gov.uk, Address of the buyer profile: www.delta-esourcing.com
          NUTS Code: UKI75

View Award Notice

UK-London: Benefit services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088716000, Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
       Main Address: www.wandsworth.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI34

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Benefits Processing and Council Tax Reduction Resilience            
      Reference number: CPT2200

      II.1.2) Main CPV code:
         75310000 - Benefit services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: These services are commissioned by the Benefits Service of the Councils. Its purpose is to provide the service’s in-house team, with external, off-site, buffer capacity to process, on a temporary, ad-hoc, basis, various council tax reduction and housing benefits related applications, reconsiderations and complaints referred to the Councils in-house team.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,600,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: 3.1.2This service is commissioned by the Benefits Service of the Councils. Its purpose is to provide the service’s in-house team, with external, off-site, buffer capacity to process, on a temporary, ad-hoc, basis, various council tax reduction and housing benefits related applications, reconsiderations and complaints.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Subject to an extension or extensions of up to an aggregate of 4 further years (as set out in the Tender documentation).

      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: As set out in the tender documentation


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
       Not Provided
   

   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: CPT/2200    
   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: 30/05/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Northgate Public Services Ltd
             Peoplebuilding 2, Maylands Avenue, Hemel Hempsted, HP2 4NW, United Kingdom
             Internet address: www.northgateps.com
             NUTS Code: UKH23
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,200,000          
         Total value of the contract/lot: 1,200,000
         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 was 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=402316131

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, The Strand, London, WC1A 2LL, United Kingdom
          Tel. +44 20794760000

      VI.4.2) Body responsible for mediation procedures
          London Borough of Wandsworth
          Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
          Tel. +44 2088716000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Applicants who were unsuccessful were informed by the relevant Authority 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 2015 (SI 2015 No. 102) 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 the Authorities to amend any document and may award damages.

If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that 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.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 06/06/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       The London Borough of Richmond upon Thames
       Civic Centre, 44 York Road, Twickenham, TW1 3BZ, United Kingdom
       Email: Adi-Naitey.Puplampu@richmondandwandsworth.gov.uk
       Contact: Adi-Naitey Puplampu
       Main Address: www.richmond.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI75