Financial Wellbeing Contracts
Orbit is looking to procure a service to provide a Financial Wellbeing service provision to the community for a 2 year term.
United Kingdom-Coventry: Provision of services to the community
2016/S 124-221831
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Garden Court, Harry Weston Road, Binley Business Park
Coventry
CV3 2SU
United Kingdom
Contact person: Colin Bates
Telephone: +44 2476437053
E-mail: procurementadminteam@orbit.org.uk
NUTS code: UK
Internet address(es):
Main address: www.housingprocurement.com
Address of the buyer profile: www.orbit.org.uk
I.3)Communication
Procontract e-tendering system
United Kingdom
Contact person: Colin Bates
E-mail: procurementadminteam@orbit.org.uk
NUTS code: UK
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
OL CI Financial Wellbeing — PP701.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Orbit is looking to procure a service to provide a Financial Wellbeing service provision to the community for a 2 year term (plus the option to extend for 1 further year subject to performance) to complement its internal face to face provision and build on its Financial Inclusion Strategy included in the 2020 visionhttp://www.orbit.org.uk/about/our-vision-and-values/2020-project/
Full tender information can be found at www.housingprocurement.com
Please note that this is a Schedule 3 Light Touch Regime.
II.1.6)Information about lots
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 — Stratford and District.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 — Midlands Central.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 — Midlands East.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4 — East Anglia.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4 — East Anglia.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 5 — Kent.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 6 — Sussex.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 7 — London and Surrey.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract is for a 2 year term with the option to extend for 1 further year (subject to performance).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply Finance Management Information System
Financial Management System as a Service
Global Custodian Services for Transport for London
Norfolk County Council Pension Investment Services