VAT Partner Framework for the City of Cardiff Council
To both ensure VAT compliance and be able to respond to opportunities in VAT reclamation which may arise.
United Kingdom-Cardiff: Tax consultancy services
2018/S 152-349243
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
United Kingdom
Telephone: +44 2920873738
E-mail: CorporateFrameworks@cardiff.gov.uk
NUTS code: UKL22Internet address(es):Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
VAT Partner Framework for the City of Cardiff Council
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is looking to appoint a framework of innovative providers to work alongside them to analyse and examine the spend across the Council’s Directorates to both ensure VAT compliance and be able to respond to opportunities in VAT reclamation which may arise, for example, from changes in legislation.
The services required as part of this Framework include:
‘No-win-no-fee’ VAT reclamation projects
Specialist tax advice on major projects
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Council is looking to appoint a framework of innovative providers to work alongside them to analyse and examine the spend across the Council’s Directorates to both ensure VAT compliance and be able to respond to opportunities in VAT reclamation which may arise, for example, from changes in legislation.
The services required as part of this Framework include:
‘No-win-no-fee’ VAT reclamation projects
Specialist tax advice on major projects
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
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
Selection criteria as stated in the procurement documents
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.6)Minimum time frame during which the tenderer must maintain the tender
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:
You can register on Practis via https://supplierlive.proactisp2p.com/Account/Login
All Clarification questions and queries should be directed through the ‘messages’ on the Proactis portal.
All submissions must be submitted via the Proactis Portal within the deadline specified.
(WA Ref:81549)
VI.4.1)Review body
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
United Kingdom
Telephone: +44 2920873738Internet address: www.cardiff.gov.uk
VI.5)Date of dispatch of this notice: