http://ted.europa.eu/udl?uri=TED:NOTICE:626851-2020:TEXT:EN:HTML&src=0&tabId=2
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Stevenage Borough Council
Postal address: Daneshill House, Danestrete
Town: Stevenage
NUTS code: UKH23 Hertfordshire
Postal code: SG1 1HN
Country: United Kingdom
Contact person: Jane Konopka
E-mail: lisa.baldock@stevenage.gov.uk
Telephone: +44 1438242242
Internet address(es):
Main address: www.stevenage.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplyhertfordshire.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.supplyhertfordshire.uk
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
SBC 1220 Provision of an Accessible Financial Advice Service Including Specialist Housing Support
Reference number: CCD00853
II.1.2)Main CPV code79412000 Financial management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Stevenage Borough Council are currently seeking tenders for the provision of an accessible financial advice service including specialist housing support. The tender documents can be accessed from the ‘My Tenders’ area of the supply Hertfordshire website and selecting the ‘View Details’ button of this project. Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact as shown in the details above.
II.1.5)Estimated total valueValue excluding VAT: 972 500.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)66171000 Financial consultancy services
79412000 Financial management consultancy services
75123000 Administrative housing services
II.2.3)Place of performanceNUTS code: UKH23 Hertfordshire
Main site or place of performance:
Stevenage, Hertfordshire, UK.
II.2.4)Description of the procurement:
The Council requires the provision of a free, tailored and confidential financial information and advice service within Stevenage. This information and advice must be impartial and accessible to all Stevenage residents irrespective of race, gender, age, sexual orientation, religion/belief, disability or socio-economic factors. The service must result in added social value to the residents and town of Stevenage through increased uptake of benefits and other awards, increased wellbeing and life chances for residents, and a reduction in hardship. It must also add value to the work of the voluntary and public sector in tackling issues of social exclusion for residents living across the town. The contract will also cover the requirement for specialist support and advice through a Court Desk Worker and Welfare Benefits Officer. The contract period is for an initial term of 3 years, the Council shall be entitled at its absolute discretion to extend the contract period for a further 1 + 1 years.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 100 %
Cost criterion - Name: N/a / Weighting: N/A
II.2.6)Estimated valueValue excluding VAT: 194 500.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/04/2021
End: 31/03/2026
This contract is subject to renewal: no
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
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Selection criteria as stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 29/01/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.7)Conditions for opening of tendersDate: 29/01/2021
Local time: 12:01
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The Council reserves the right to cancel the procurement at any stage of the procurement process and not to award a contract. The Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract, including their associated entities or any other person. To access this procurement opportunity please visit:www.supplyhertfordshire.uk and follow the onscreen guidance. If you wish to be considered as a bidder you must complete and submit the Invitation to Tender (ITT) by the closing date and time. Any clarifications regarding this opportunity must be raised through the correspondence areas in the eTendering system. If you are experiencing problems with the eTendering system, In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or telephone +441144070065 for any website/technical questions, Monday to Friday 8.30 a.m. to 5.30 p.m. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law, including Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final. The Council reserves the right to carry out additional financial checks on all companies tendering for this contract at any time during the procurement process, to ensure that they continue to meet the Council's requirements and remain financially viable to perform the contract. The contracting authority will require a group of economic operators to whom the contract is awarded to form a legal entity. Any deposits or guarantees will be established as part of the procurement process. Any financing conditions and payment arrangements will be established as part of the process.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court England and Wales
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: The High Court England and Wales
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England and Wales). Any such action must be brought promptly and within the time-limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: The Cabinet Office
Postal address: 70 Whitehall
Town: Stevenage
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice:18/12/2020