Tender for Money Advice Services – Oxfordshire
Lot 1 – money advice services. Lot 2 – specialist information and advice service.
United Kingdom-Oxford: Health and social work services
2020/S 094-225714
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 4th Floor, County Hall, New Road
Town: Oxford
NUTS code: UKJ14
Postal code: OX1 1ND
Country: United Kingdom
Contact person: Mr Mark Jermy
E-mail: mark.jermy@oxfordshire.gov.uk
Telephone: +44 7392318999
Address of the buyer profile: http://www.oxfordshire.gov.uk
I.1)Name and addresses
Town: Banbury
NUTS code: UKJ14
Postal code: OX15 4AA
Country: United Kingdom
E-mail: mark.jermy@oxfordshire.gov.ukInternet address(es):Main address: https://www.cherwell.gov.uk/
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
I-0825 Specialist Information and Money Advice Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
In commissioning these services, it is the Council’s intention to go out to the market for specialist information and money advice services. The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the service contract. Consequently, the procurement process adopted by the commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance transparency and equal treatment. For the avoidance of doubt this means that the commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process.
II.1.6)Information about lots
II.2.1)Title:
Money Advice Services — I-0825 CDC
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
In commissioning this service, it is the Council’s intention to go out to the market for a money advice service. The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the service contract. Consequently, the procurement process adopted by the commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this contract notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the commissioners.
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
Following the initial contract term of 2 years (48 months) there is an option to extend for a further 48 months in aggregate.
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Information and Advice Service — I-0825 OCC
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
In commissioning this service, it is the Council’s intention to go out to the market for a specialist information and advice service. The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of the service contract. Consequently, the procurement process adopted by the commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this contract notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the commissioners.
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
Following the initial contract term of 2 years (48 months) there is an option to extend for a further 48 months in aggregate.
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
Town: Oxford
Country: United Kingdom
VI.5)Date of dispatch of this notice: