VCSE Sector Strategic Capacity Building Partner Staffordshire
Voluntary, Community and Social Enterprise (VCSE) Sector Strategic Capacity Building Partner.
United Kingdom-Stafford: Other community, social and personal services
2016/S 003-002820
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Staffordshire Procurement
Staffordshire County Council, No 2 Staffordshire Place
For the attention of: Helen Fry
ST16 2LP Stafford
UNITED KINGDOM
Telephone: +44 1785854288
E-mail: helen.fry@staffordshire.gov.uk
Fax: +44 1785278286
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.uk/purchasing
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Tamworth Borough Council
Marmion House, Lichfield Street
B79 7BZ Tamworth
UNITED KINGDOM
Newcastle-under-Lyme Borough Council
Merrial Street
ST5 2AG Newcastle
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKG24
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 375 820 and 4 119 700 GBP
II.1.5)Short description of the contract or purchase(s)
The Council wants to develop a new type of relationship with the VCSE sector based on building capacity in-line with the Council’s priority outcomes.
This will be a strategic partnership that will:
— Build capacity in the local VCSE sector in a targeted way, focusing on prevention, early help and local need;
— Provide strong leadership, working in partnership with other infrastructure organisations locally and effectively supporting the Council to deliver its priorities;
— Ensure the Council can work effectively with the VCSE sector to co-design commissioning strategies and community based approaches;
— Support the local VCSE sector to be sustainable and lead on bringing additional funding into Staffordshire.
1 economic operator will be appointed and there will be 1 contract lot across the area of Staffordshire, excluding Stoke-on-Trent.
The Framework Agreement is anticipated to commence on 1.8.2016 and expire on 31.7.2020. The value of the Framework Agreement is 2 375 820 GBP to 4 119 700 GBP over a total 5 year call-off period which comprises of:
— The Councils maximum budget for the services is 791 940 GBP per annum for Year 1, Year 2 and Year 3 of the Framework Agreement. The Council intends to call-off the Framework Agreement for 3 years. The Framework Agreement will be reviewed in Year 2 to assess performance and a decision will be made during the Contract Period with regards to a call-off Contract being entered into for a further period of up to 2 years after Year 3. During any further call-off contract after Year 3 a possible budget saving of 500 000 GBP may be applied.
— 100 000 GBP from Tamworth Borough Council, at a maximum of 20 000 GBP per annum, Tamworth Borough Council does not guarantee any work under the term of the Agreement.
— 60 000 GBP from Newcastle-under-Lyme Borough Council, at a maximum of 12 000 GBP per annum, Newcastle-under-Lyme Borough Council does not guarantee any work during the term of the Agreement.
To register your interest and to download the tender documents, please visit: http://www.staffordshire.alito.co.uk/
The County Council will also be holding a Bidders Event from 14:00-17:00 on 27.1.2016 in the Trentham Suite, Staffordshire County Council, Staffordshire, Place 1, Ground Floor,Tipping Street, Stafford, ST16 2DH. If you wish to attend please confirm your attendance by 22.1.2016 using the clarifications process through http://www.staffordshire.alito.co.uk/
II.1.6)Common procurement vocabulary (CPV)
98000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
(a) Is bankrupt or is being wound up, where his affairs are being administered by the Court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2 (1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1997 and Article 3 (1) of Council Joint Action 98/742/JHA respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Please refer to Regulation no 23 of the Public Procurement Regulations 2006 (SI No 5) for additional rejection criteria (see link):http://www.opsi.gov.uk/si/si2006/20060005.htm
The applicant must meet the minimum set standards of economic and financial standing to service the term and value of the contract.
Financial checks will be undertaken for economic operators using 1 or more of the Council’s current financial assessors n2check (www.n2check.com), Dunn and Bradstreet (www.dnb.co.uk), Experian (www.experian.co.uk). Economic operators will be assessed according to the level of risk stipulated by the financial assessors used. Your submission may be rejected, if you are given an above average/higher than average risk rating or poorer by 1 or more of the assessors used. Note:
1. It is the responsibility of the economic operator to ensure that the appropriate accounts have been filed and that the credit information held is correct.
2. Should economic operators wish other financial information to be taken into account to support the economic and financial check this should be submitted with the response to the ITT. SCC reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the assessment will be undertaken using a financial spreadsheet detailing trading account data for the last 3 years.
Minimum level (s) of standards possibly required:
The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Public Liability — 5 000 000 GBP;
Employers Liability — 5 000 000 GBP;
Professional Indemnity — 2 000 000 GBP.
Failure to achieve or agree to this may lead to disqualification.
III.2.3)Technical capacity
Minimum level (s) of standards possibly required:
The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Public Liability — 5 000 000 GBP;
Employers Liability — 5 000 000 GBP;
Professional Indemnity — 2 000 000 GBP.
Failure to achieve or agree to this may lead to disqualification
2 references are required as per the ITT documentation. Failure to provide may lead to disqualification. Disqualification will occur if the submission is not willing to comply with DBS requirements.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 096-174071 of 20.5.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
— Indicate if there will be any limitation of the number of Lots awarded to 1 tenderer; any reason why contract is not sub divided into lots where relevant.
VI.4.1)Body responsible for appeal procedures
Staffordshire Procurement
Staffs County Council, No 2 Staffordshire Place
ST16 2LP Stafford
UNITED KINGDOM
Body responsible for mediation procedures
Staffordshire Procurement
Staffs County Council, No 2 Staffordshire Place
ST16 2LP Stafford
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Staffordshire Procurement
Staffs County Council, No 2 Staffordshire Place
ST16 2LP Stafford
UNITED KINGDOM
VI.5)Date of dispatch of this notice: