Tender for Debt Recovery and Diligence Service
South Ayrshire Council (the Council) intends to establish a Contract for the provision of Debt Recovery and Diligence Services for collection of Council Tax, Non-Domestic Rates.
United Kingdom-Ayr: Legal services
2016/S 118-209961
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Newton House, 30 Green Street Lane
Ayr
KA8 8BH
United Kingdom
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS code: UKM37
Internet address(es):Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of a Debt Recovery and Diligence Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
South Ayrshire Council (the Council) intends to establish a Contract for the provision of Debt Recovery and Diligence Services for collection of Council Tax, Non-Domestic Rates, Sundry Debts, Housing Benefit Overpayments and Parking Penalty Charge Notices (PCN’s).
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
South Ayrshire Council (the Council) intends to establish a Contract for the provision of Debt Recovery and Diligence Services for collection of Council Tax, Non-Domestic Rates, Sundry Debts, Housing Benefit Overpayments and Parking Penalty Charge Notices (PCN’s).
II.2.5)Award criteria
II.2.6)Estimated value
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
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The Council operates over a wide geographic area and is served by the Sheriff Court in Ayr. Service Providers (or their sub-contractors) must hold commissions on or before the date of commencement of the Contract, for the Sheriffdom of South Strathclyde, Dumfries and Galloway, which is covered by Ayr Sheriff Court, and evidence of this will be required prior to Contract Award.
III.1.2)Economic and financial standing
Insurances:
Employers (Compulsory) Liability Insurance = 10 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers are required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any 1 incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers are required to provide a copy of their current Public Liability Insurance certificate.
Documentation submitted for the above insurances should include name of insurers, policy numbers, expiry date and limits of any 1 incident and annual aggregate caps and the excesses under the policies.
Financial Standing:
The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder’s economic and financial standing.
In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:
A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.
Or
A statement of the organisation’s turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. Note if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below.
Or
If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation’s cash flow forecast for the current year and a letter from the organisation’s bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
In the event that analysis of the Tenderers financial position determines that additional measures are necessary in order to provide adequate assurance of financial strength, Tenderers may or may not be required to provide either a parent company guarantee and/or a bank guarantee.
In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
III.1.3)Technical and professional ability
Tenderer’s are required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Provision of a Debt Recovery and Diligence Service.
Two (2) examples may be requested from within the last 3 years for goods and services and within the last 5 years of work contracts.
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
Tenderers may also be required to provide:
Technical Skills:
A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance:
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical Resources:
A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance:
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical Confirmation:
If available, copies of completion certificates or customers’ written declaration which validates the examples you have provided.
Guidance:
Buyers will not score this question or mark you down if you cannot provide certificates or customer declarations. However, if you cannot provide either the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.
III.2.1)Information about a particular profession
The Council operates over a wide geographic area and is served by the Sheriff Court in Ayr. Service Providers (or their sub-contractors) must hold commissions on or before the date of commencement of the Contract, for the Sheriffdom of South Strathclyde, Dumfries and Galloway, which is covered by Ayr Sheriff Court, and evidence of this will be required prior to Contract Award.
III.2.2)Contract performance conditions:
During the period of the Contract Agreement, the Service Provider shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below:
Quality — Category Weight (25 %):
Continual Improvement/ Innovation (50 %);
Innovation (50 %).
Cost — Category Weight (25 %):
Invoice Accuracy (100 %).
Service — Category Weight (25 %):
Management Information (100 %).
Sustainability — Category Weight (25 %):
Community Benefits (100 %).
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.2)Information about electronic workflows
VI.3)Additional information:
Due to the additional information within the contract notice exceeding the maximum of 4 000 characters bidders can view the full notice provided as an attachment in PCS-T.
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 visit:https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 6245 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.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
— Targeted recruitment and training (providing employment and training opportunities/Apprenticeships);
— SME and social enterprise development;
— Community engagement.
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:450459).
VI.4.1)Review body
Newton House, 30 Green Street Lane
Ayr
KA8 8BH
United Kingdom
Telephone: +44 3001230900Internet address:http://www.south-ayrshire.gov.uk/procurement/
VI.5)Date of dispatch of this notice:
Related Posts
Enforcement Agency Service Barnsley
Provide Debt Recovery Service for Leicester City Council
Below Threshold Tender for Debt Recovery