Supply of Debt Collection Services
Debt collection services Framework.
United Kingdom-Perth: Collection agency services
2016/S 047-078244
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Perth and Kinross Council
Pullar House, 35 Kinnoull Street
Contact point(s): Housing and Community Care
For the attention of: Alison MacDonald
PH1 5GD Perth
UNITED KINGDOM
Telephone: +44 1738475667
E-mail: amacdonald@pkc.gov.uk
Fax: +44 1738475510
Internet address(es):
General address of the contracting authority: http://www.pkc.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
Electronic access to information: http://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic submission of tenders and requests to participate: http://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
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: Perth and Kinross Region.
NUTS code UKM27
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 2
Duration of the framework agreement
Duration in months: 46
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
Perth and Kinross Council is a unitary Authority located in the heart of Scotland. Covering 5 286 km², it is characterised by a diverse mix of rural and urban communities — from the main population centre of Perth and towns such as Blairgowrie, Crieff, Kinross, Auchterarder and Pitlochry, to extremely remote communities such as Kinloch Rannoch in the Highland area.
Please note that the volume and value of the debt within the Specification Documents are provided for indicative purposes only and should not be interpreted as a guaranteed level of work for the successful tenderer.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 5376 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
79940000
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:
II.2.2)Information about options
Description of these options: The Contract will be awarded for 3 years with the option to extend for a further period of up to 10 months (until 31.3.2020).
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Sheriff Officer Work
1)Short description
— Council Tax (including water and wastewater charges).
— Non Domestic Rates.
— Business Improvement District Levy (BIDS).
— Housing Benefit Overpayments.
— Enforcement and diligence in relation to former tenant rent arrears.
— Service of a variety of statutory notices, e.g. notice of proceedings.
— Post decree services including the service of charges and the carrying out of evictions.
— Service of sundry court documents, e.g. summons and interlocutors.
— Sundry debt diligence (where supplier cannot provide in Lot 2).
2)Common procurement vocabulary (CPV)
79940000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Sheriff Officer or Debt Collection Agency Work
1)Short description
— Sundry Debt
— Penalty Charge Notices (PCN).
2)Common procurement vocabulary (CPV)
79940000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Lot 1 — Must be a Sheriff Officer with commission to operate within the Sherrifdom of Tayside, Central and Fife.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Any other conditions as stated in the tender documentation.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Any other conditions as stated in the tender documentation.
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(3) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(6) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(9) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Any other conditions as stated in the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)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
Date: 15.4.2016 – 16:00
Place:
Pullar House, 35 Kinnoull Street, Perth, PH1 5GD.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: It is anticipated that The Supply of Debt Collection Services will be re-tendered towards the latter half of 2019.
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Legal Services
2 High Street
PH1 5PH Perth
UNITED KINGDOM
E-mail: enquiries@pkc.gov.uk
Telephone: +44 1738475000
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: