National Framework for Early Payment Scheme
National Framework for the Implementation and Operations of a Supplier Early Payment Scheme.
United Kingdom-Oldham: Financial transaction processing and clearing-house services
2016/S 113-201705
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Oldham Council
Corporate Procurement, Level 8, Civic Centre, West Street
For the attention of: Miss Gaynor Gamble
OL1 1UT Oldham
United Kingdom
Telephone: +44 1617704784
E-mail: gaynor.gamble@oldham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.oldham.gov.uk/
Address of the buyer profile: http://www.oldham.gov.uk/
Electronic access to information: https://procontract.due-north.com/
Electronic submission of tenders and requests to participate: https://procontract.due-north.com/
Further information can be obtained from: Oldham Council
Corporate Procurement, Level 8, Civic Centre, West Street
For the attention of: Miss Gaynor Gamble
OL1 1UT Oldham
United Kingdom
Telephone: +44 1617704784
E-mail: gaynor.gamble@oldham.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Oldham Council
Corporate Procurement, Level 8, Civic Centre, West Street
For the attention of: Miss Gaynor Gamble
OL1 1UT Oldham
United Kingdom
Telephone: +44 1617704784
E-mail: gaynor.gamble@oldham.gov.uk
Tenders or requests to participate must be sent to: Oldham Council
Corporate Procurement, Level 8, Civic Centre, West Street
For the attention of: Miss Gaynor Gamble
OL1 1UT Oldham
United Kingdom
Telephone: +44 1617704784
E-mail: gaynor.gamble@oldham.gov.uk
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
All UK Authorities
http://www.idea.gov.uk/idk/org/la-data.do?sortOrder=a&category=A
OL1 1UU All British Authorities
United Kingdom
All UK Authorities
http://www.gov.scot/About/Government/councils
OL1 1UH All Scottish LA’s
United Kingdom
The Greater Manchester Integrated Transport Authority
PO Box 532, Town Hall
M60 2LA Manchester
United Kingdom
The Greater Manchester Police Authority
Openshaw Complex, Lawton Street, Openshaw
M11 2NS Manchester
United Kingdom
The Greater Manchester Fire and Civil Defence Authority
Headquarters, 146 Bolton Road, Swinton
M27 8US Manchester
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 6: Financial services a) Insurances services b) Banking and investment services
NUTS code
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 180 000 000 and 250 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The fee for early payment is a % discount offered against the gross invoice value for payment in advance of the standard 30 days.
The discount is calculated dynamically, and is proportionate to how many days the payment is accelerated (number of days between invoice receipt and invoice payment sent). The discount is only taken if payment acceleration is achieved.
The purpose of such a programme is not only to generate new income for the Council but also to help suppliers by injecting much needed liquidity into the council’s supply chain and in particular the local economy. The Programme has also help to streamline existing Purchase-to-Pay (P2P) processes and maximise efficiency within the council, while supporting the council’s compliance with payments legislation and its adoption of best practice.
Consequently, Oldham Council is seeking to award a single supplier Framework Agreement, open to all local authorities in the UK, for early payment programme provision, offered on a modular basis applicable either to Councils without an existing programme, wishing both to implement and operate and Councils like Oldham with an existing programme, wishing to continue to operate such a programme.
II.1.6)Common procurement vocabulary (CPV)
66172000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The fee for early payment is a % discount offered against the gross invoice value for payment in advance of the standard 30 days.
The discount is calculated dynamically, and is proportionate to how many days the payment is accelerated (number of days between invoice receipt and invoice payment sent). The discount is only taken if payment acceleration is achieved.
The purpose of such a programme is not only to generate new income for the Council but also to help suppliers by injecting much needed liquidity into the council’s supply chain and in particular the local economy. The Programme has also help to streamline existing Purchase-to-Pay (P2P) processes and maximise efficiency within the council, while supporting the council’s compliance with payments legislation and its adoption of best practice.
Consequently, Oldham Council is seeking to award a single supplier Framework Agreement, open to all local authorities in the UK, for early payment programme provision, offered on a modular basis applicable either:
Lot 1 Councils without an existing programme, wishing both to implement and operate such a programme (‘Implementation and Operation’);
Lot 2 Councils like Oldham with an existing programme, wishing to continue to operate such a programme (‘Continued Operation’).
The provider must have the capability to serve Councils in both situations and it is envisaged that in either instance the provider will, if they or the council require it, precede the engagement with an assessment.
It is critical that the programme is implemented and operated in a holistic manner, with the provider able to bring together each of the separate activities into a single seamless programme provision.
The council is seeking a provider with sufficient experience and expertise with comparable clients to mitigate potential risks in the implementation and operation of the programme and ensure reliable delivery of the required programme outcomes.
It is envisaged that an assessment will be required in advance of Lot 1 and may be required under Lot 2. This assessment would include evaluation of the council’s readiness, P2P performance health check and business case development.
Implementation and Operation (Lot 1) will include Project Management, Process and Change, Supplier Engagement and Technology deployment as well as Service Management, Technology Operation and provision of electronic invoicing (if required) and analytics.
Continued Operation (Lot 2) will include Project Management, Programme Development, Service and Contract Review, Ongoing Supplier Engagement, renewals and tracking, Technology development and deployment including provision of electronic invoicing (if required) and analytics.
Oldham Council intends to make this Framework Agreement available for use by all UK Contracting Local Authorities. A full list of Contracting Authorities able to call-off against this Framework is provided at:
http://www.idea.gov.uk/idk/org/la-data.do?sortOrder=a&category=A
http://www.gov.scot/About/Government/councils
The framework will also be available to:
The Greater Manchester Integrated Transport Authority;
The Greater Manchester Police Authority;
The Greater Manchester Fire and Civil Defence Authority.
Due to the varied circumstances of Contracting Authorities able to call-off against this Framework, the selected provider must have the capability to serve both those requiring Continued Operation only, as well as those requiring Implementation and Operation. Therefore only a single supplier will be selected and any call-off against the Framework will be:
Lot 1 Implementation and Operation;
Lot 2 Continued Operation*.
*Please note a contracting Authority cannot call off from Lot 2, Continued Operation, unless they have previously implemented the scheme and are operational.
Estimated value excluding VAT:
Range: between 180 000 000 and 25 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: Implementation and Operation
1)Short description
2)Common procurement vocabulary (CPV)
66170000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 180 000 000 and 250 000 000 GBP
Lot No: 2 Lot title: Continued Operation
1)Short description
2)Common procurement vocabulary (CPV)
66170000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 180 000 000 and 250 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section 4 and 5 of the tender will be evaluated on the basis of the most economically advantageous offer to the Council. The evaluation criteria, and the associated weightings, which will be utilised in this assessment are: Technical Capacity 55 %; Weighting; Sub-weightings shown in Section 4) of this document. Social Value 10 %; Weighting Early Payment 5 %; Weighting Income 30 %; Weighting. The financial assessment will be made for provision of the services as described within this document. The scores will be awarded on the basis of percentage variation between the highest and lowest gain share offered with the highest income offer receiving the full marks available.
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.3.3)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
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: yes
Additional information about authorised persons and opening procedure: Oldham Council’s Legal Team.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: February 2020.
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
IS Professional Services Framework
Provide Agresso Consultancy Services in East Midlands