By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tracing and Credit Checking Services - 3058/11.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Eastern Shires Purchasing Organisation (see www.espo.org) on behalf of Leicester City Council
Barnsdale way, Grove Park, Enderby
Contact: Hollie Ruston
LE19 1ES Leicester
UNITED KINGDOM
Tel. +44 1162657928
E-mail:
Fax +44 1162944399

Internet address(es)

General address of the contracting authority www.espo.org

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
Other Local Authority Services

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Tracing and Credit Checking Services - 3058/11.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 27

NUTS code UKF21

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Absconder-tracing services. Business analysis consultancy services. Tracing system services. Investigation services. ESPO acting on behalf of Leicester City Council is seeking to appoint one or more suitably experienced contractors to supply:
a) Debtor Tracing and Tracking services in respect of both individuals and businesses;
b) Company Credit and Financial Stability Checking Services and
c) Verification of Identity. Tracking and tracing services will be used mainly in respect of the collection of council tax, business rates and other debts owed to the council. Company credit checking will be used mainly in respect of vetting potential suppliers to the council. Verification of identity will be used to assist in the verification of registration details captured in online forms. However all services may be used for other appropriate purposes as required. The council will ideally appoint a single organisation to deliver all the types of service required, but may split the award between two or more service providers should this offer the optimum mix of products. It is intended that in almost all cases, services will be delivered online via the suppliers' web sites. Therefore in evaluating tenders, the council will require a small number of test logins to allow "road testing" of products to be carried out.
II.1.6)Common procurement vocabulary (CPV)

79714110, 72221000, 79714100, 79720000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The value of 300 000 GBP is the estimated potential value of Leicester City Council’s requirements (including the extension option referred to at Section II.2.2).
Excluding VAT 300 000 GBP
II.2.2)Options
Yes
description of these options: The contract has the option to extend for up to a further 2 years in 12 monthly increments. The estimated value stated in Section II.2.1 includes the option period.
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 1.12.2011. Completion 30.11.2015

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
The provision of appropriate guarantees, bonds and warranties is reserved.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, culture, disability, gender, marital status, race, religion or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Sex Discrimination act 1975 and the Disability Discrimination Act 1995 and any regulations made there under. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Employment Equality (Age) Regulations 2006. The Supplier must comply with the provisions of the Race Relations Act 1976, the Race Relations (Amendment) Act 2002 and the Equality Act 2010 and shall ensure that they perform their responsibilities under this Agreement with due regard to the need to eliminate unlawful racial discrimination, and to promote equality of opportunity and good relationships between different racial groups.
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: As detailed in the Invitation to Tender.
III.2.2)Economic and financial capacity
Minimum level(s) of standards possibly required As detailed in the Invitation to Tender.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required
As detailed in the Invitation to Tender.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
3058/11
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in OJ: 10/S 204-311403 of 20.10.2010
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 9.9.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
16.9.2011 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. GO Reference: GO-2011812-PRO-2558937.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: ESPO on behalf of Leicester City Council will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in section I.1 within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision ESPO is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the court are satisfied that there has been a serious breach of the procurement rules.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
12.8.2011

Other interesting websites