Procurement of a Strategic Partner for Burnley Borough Council
There will be a Bidder’s Event at 10:00 (GMT) on the 19.11.2014 at Towneley Hall in Burnley. The Council will set out the context, objectives, outputs and timetable for this procurement.
United Kingdom-Burnley: General public services
2014/S 216-382413
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Burnley Borough Council
Town Hall, Manchester Road
Contact point(s): Chief Executive’s Office
For the attention of: Chris Gay
BB11 9SA Burnley
UNITED KINGDOM
Telephone: +44 1282425011
Fax: +44 1282452536
Internet address(es):
General address of the contracting authority: www.burnley.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0240
Electronic access to information: http://www.burnley.gov.uk/about-council/doing-business-burnley-council/current-opportunities
Further information can be obtained from: Burnley Borough Council
Town Hall, Manchester Road
Contact point(s): Chief Executive’s Office
For the attention of: Chris Gay
BB11 9SA Burnley
UNITED KINGDOM
Telephone: +44 1282425011
Fax: +44 1282452536
Internet address: www.burnley.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Burnley Borough Council
Town Hall, Manchester Road
Contact point(s): Chief Executive’s Office
For the attention of: Chris Gay
BB11 9SA Burnley
UNITED KINGDOM
Telephone: +44 1282425011
E-mail: cgay@burnley.gov.uk
Fax: +44 1282452536
Internet address: http://www.burnley.gov.uk/about-council/doing-business-burnley-council/current-opportunities
Tenders or requests to participate must be sent to: Burnley Borough Council
Town Hall, Manchester Road
For the attention of: Head of Chief Executive’s
BB11 9SA Burnley
UNITED KINGDOM
Telephone: +44 1282425011
Fax: +44 1282452536
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
Burnley Borough Council is purchasing for itself and also for the benefit of other Lancashire authorities and public sector organisations who may want to benefit from the contract during the term but with no obligation for them to participate. Those organisations listed as potential beneficiaries would enter into an individual contract with the provider with terms broadly similar to the contract between Burnley Borough Council and its strategic partner. Burnley Borough Council will be the primary client and lead authority, Burnley’s element of the overall scope for this opportunity is GBP 3 700 000 per annum; or GBP 37 000 000 over a 10 year term
Burnley Leisure Trust. Customer Contact Services; Facilities Management and Property Services; Payroll and Payments Administration; Information Services; Strategic Organisational Development Services. Indicative value 2014/ 15 GBP 165 000. Burnley Borough Council has an agreement with Burnley Leisure to provide these services until 31.3.2017.
Pendle Borough Council. Environmental Health; Facilities Management and Property Services, Customer Contact Services; Council Tax & Housing Benefits; Payroll and Payments Administration. Indicative value 2014/ 15 GBP 6 700 000
Rossendale Borough Council. Council Tax and Housing Benefits; Customer Contact Services. Indicative value 2014/ 15 GBP 1 400 000
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 27: Other services
Main site or location of works, place of delivery or of performance: Burnley, Lancashire.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The aim of this procurement is to appoint a strategic partner to manage and deliver high quality technical and business services; with the primary objective of realising overall costs savings of 15 % from the outset as a minimum. The secondary objectives are to maintain service performance and quality standards, provide employment protection and deliver inward investment to the borough.
It is anticipated that this procurement exercise will involve the TUPE transfer and secondment of existing Council staff.
A strategic partner is required that can deliver a combination of technical and business services that are the regulatory and/ or statutory responsibility and/ or are the day to day business operations of the Council in delivering public services and maintaining the Council’s organisational capacity; these services are:
Customer Contact Services: a single point of customer contact, follow up and response, accessed through multiple channels and intuitive self-serve technology, for all Council on demand and response services; this includes, telephony, face to face contact and second line support. To develop, review and implement customer access and services strategy and reduce avoidable contacts, whilst minimising complaints. Maintain provision of timely and accurate information to customers and residents.
Environmental Health and Licensing: A statutory service, covering a broad range of predominantly business regulation functions associated with environmental health and licensing. This includes the district council’s food safety and health and safety at work duties alongside the wider environmental protection responsibilities which include air quality and contaminated land regimes, together with domestic noise and light nuisance, private water supplies and clean air provisions. Licensing activities in scope will include taxi, alcohol, entertainment, gambling, scrap metal, animal welfare, street collection, street trading and sex establishment regimes. The provider will be responsible for advising and guiding service users to promote regulatory compliance and for developing the service to ensure that any new regulatory functions coming into force during the life of the contract are delivered.
Payroll and Payments Administration: Fulfilment of staff and councillor payroll transactions and expenses, including payroll reconciliation and statutory returns. Payments in relation to contracted services i.e. benefits and council tax payments and the maintenance of associated creditor records, including financial controls and reconciliation. The management of creditor information records and processing. Council access to purchase goods, works and services through any economies of scale available to the strategic partner as appropriate.
Information Services (ICT): the provision and management of all information and communications technology systems, services and software, network infrastructure design and support to end point hardware and mobile devices; including security systems, printing, including design and printing services for Revenues and Benefits. Applications development, service design and maintenance. ICT procurement, business continuity planning and testing. Services management, internal customer support and response (ITIL service desk functions). Support for the development of future strategies, development and implementation of associated policies, and the maintenance of all supporting technical documentation. The provision of change management and other related professional services.
Revenues and Benefits Service: The provision of a statutorily compliant Revenues and Benefits Service including the assessment, verification and payment of Housing Benefit, Council Tax Support and discretionary payments and the billing, collection and recovery of local taxes and corporate debts. A customer centric service including a Burnley based accessible, face to face service for customers and an on-line presence for customer contact and development of future channel shift activity. Sound performance and work-flow process management to ensure protection of the public purse and maximisation of efficiency. The scope also includes all necessary requirements to meet changes associated with new legislation such as welfare reform changes and business rates retention.
Property and Facilities Management: The provision of full and integrated management of Council assets, including third party contractual obligations, and the commercial portfolio. The maintenance of Council owned property assets and associated records. Utility and energy management for the Council estate. Property consultancy advice. Architectural services. Caretaking, door keeping and cleaning of Council owned buildings. Fulfilling and discharging all relevant public and organisational health and safety responsibilities including asbestos, legionella and fire safety.
Strategic Organisational Development Services: Including human resource management, workforce planning, learning and development, employee well-being and employee engagement, together with associated personnel administration and information systems, including time and attendance. HR and OD policy development, review and action planning. Professional advice and support. Maintenance of external accreditations and internal support networks. Negotiation and consultation including with trade unions and employee representatives. Investigation and case management, pay and grading analysis and management of establishment data. Training delivery and e-learning. Staff recruitment and selection, apprenticeship, work experience and talent management schemes.
There will be a Bidder’s Event at 10:00 (GMT) on the 19.11.2014 at Towneley Hall in Burnley. The Council will set out the context, objectives, outputs and timetable for this procurement; followed by a short opportunity for informal discussion and clarification with individual representatives.
Please contact cgay@burnley.gov.uk for further information and to register your attendance at this event.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=139772
II.1.6)Common procurement vocabulary (CPV)
75110000, 72000000, 32523000, 32429000, 32400000, 32342440, 72260000, 32524000, 50300000, 64200000, 50334110, 72250000, 72222300,72514000, 72500000, 72300000, 70332000, 71317200, 79211110, 72512000, 79810000, 71210000, 79414000, 72253000, 70332200, 70220000,75310000, 90700000, 79342300, 79342320, 90720000, 90731100, 90742200, 79631000, 75100000, 79996100, 79800000, 50700000, 50710000,50712000, 50760000, 80511000, 79633000, 80420000, 71200000, 71221000, 79600000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The aim of this procurement is to appoint a strategic partner to manage and deliver high quality technical and business services; with the primary objective of realising overall costs savings of 15 % from the outset as a minimum. The secondary objectives are to maintain service performance and quality standards, provide employment protection and deliver inward investment to the borough.
It is anticipated that this procurement exercise will involve the TUPE transfer and secondment of existing Council staff.
A strategic partner is required that can deliver a combination of technical and business services that are the regulatory and/ or statutory responsibility and/ or are the day to day business operations of the Council in delivering public services and maintaining the Council’s organisational capacity.
Burnley Borough Council is purchasing for itself and also for the benefit of other Lancashire authorities and public sector organisations (Pendle Borough Council, Rossendale Borough Council, Burnley Leisure Trust) who may want to benefit from the contract during the term but with no obligation for them to participate. Those organisations listed as potential beneficiaries would enter into an individual contract with the provider with terms broadly similar to the contract between Burnley Council and its strategic partner. Burnley Borough Council will be the primary client and lead authority, Burnley’s element of the overall scope for this opportunity is GBP 3 700 000 per annum; or GBP 37 000 000 over a 10 year term.
Estimated value excluding VAT: 118 743 150 GBP
II.2.2)Information about options
Description of these options: 10 years + 2 years extension
With a discussion in year 7 on further opportunities for efficiencies to be delivered over the remainder of the contract and consider the extension period.
Provisional timetable for recourse to these options:
in months: 120 (from the award of the contract)
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.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As outlined in tender documentation.
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
Minimum level(s) of standards possibly required: Candidates will be required to supply the information set out in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Candidates will be required to supply the information set out in the Pre-Qualification Questionnaire; in accordance with Articles 48-50 of Directive 2004/18/EC and Regulations 25 of the Public Contracts Regulations 2006.
Minimum level(s) of standards possibly required:
Candidates will be required to supply the information set out in the Pre-Qualification Questionnaire.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The evaluation criteria will be as described in the contract documentation/ ITT.
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.3.4)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
Section VI: Complementary information
VI.3)Additional information
There will be a Bidder’s Event at 10:00 (GMT) on the 19.11.2014 at Towneley Hall in Burnley. The Council will set out the context, objectives, outputs and timetable for this procurement; followed by a short opportunity for informal discussion and clarification with individual representatives.
Please contact cgay@burnley.gov.uk for further information and to register your attendance at this event. Places are limited to 2 representatives per organisation.
(MT Ref:139772)
VI.5)Date of dispatch of this notice: