External Offsite Revenues Processing Service in respect of Council Tax and National Non-Domestic Rates (Великобритания (Англия, Шотландия, Уэльс) - Тендер #46771804) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: The City of Edinburgh Council Номер конкурса: 46771804 Дата публикации: 05-10-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | External Offsite Revenues Processing Service in respect of Council Tax and National Non-Domestic Rates |
OCID: | ocds-h6vhtk-040782 |
Published by: | The City of Edinburgh Council |
Authority ID: | AA76329 |
Publication Date: | 05/10/2023 |
Deadline Date: | 06/11/2023 |
Deadline Time: | 14:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
The City of Edinburgh Council is responsible for processing Council Tax, Benefits and National Non-Domestic Rates (NNDR) details in respect of occupants / properties within the city to enable subsequent collection of all payments due and provide financial assistance to customers eligible for Council Tax reduction and / or Housing Benefit (if applicable). These are crucially important revenue streams for the Council to help fund essential core services and provide support to those who have a low income. |
The City of Edinburgh Council
4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Ben Fulton
Telephone: +44 1315296432
E-mail: ben.fulton@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Regional or local authority
General public services
External Offsite Revenues Processing Service in respect of Council Tax and National Non-Domestic Rates
Reference number: CT2990
II.1.2) Main CPV code79500000
II.1.3) Type of contractServices
II.1.4) Short descriptionProcessing Council Tax, Benefits and National Non-Domestic Rates (NNDR) details in respect of occupants / properties within the city to enable subsequent collection of all payments due and provide financial assistance to customers eligible for Council Tax reduction and / or Housing Benefit (if applicable).
II.1.5) Estimated total valueValue excluding VAT: 900 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
NUTS code:
UKM75
II.2.4) Description of the procurementThe City of Edinburgh Council is responsible for processing Council Tax, Benefits and National Non-Domestic Rates (NNDR) details in respect of occupants / properties within the city to enable subsequent collection of all payments due and provide financial assistance to customers eligible for Council Tax reduction and / or Housing Benefit (if applicable). These are crucially important revenue streams for the Council to help fund essential core services and provide support to those who have a low income.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 60
Price / Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
This ITT will be for a period of three years with the option to extend for up to a further 36 months, undertaken at the sole discretion of the Council
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
List and brief description of selection criteria:
Tenderers are required to have a minimum “general” annual turnover of GBP400,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Tenderers will be required provide the following information:
Current ratio for Current Year of 1.15
Current ratio for Prior Year 1.5
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the stated levels of insurance.
Minimum level(s) of standards required:
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.15. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers (Compulsory) Liability Insurance - GBP5m
Public Liability Insurance - GBP10m
Professional Indemnity - GBP5m
III.1.3) Technical and professional abilityList and brief description of selection criteria:
It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.
Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
A completed copy of “Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 4 years: To support business need over longer horizon
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Date: 06/11/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 06/11/2023
Local time: 14:00
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25297. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Contractors are expected to offer a suitable community benefit linked to the service. Further information can be found within the tender documentation.
(SC Ref:746430)
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
Eh1 1LB
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
03/10/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | ben.fulton@edinburgh.gov.uk |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
79500000 | Office-support services | Business services: law, marketing, consulting, recruitment, printing and security |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |