UK-Basildon: Bailiff services.

UK-Basildon: Bailiff services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Basildon Borough Council
The Basildon Centre, St Martins Square, Basildon, SS14 1DL, United Kingdom
Tel. +44 1268533333, Email: angela.vine@basildon.gov.uk, URL: www.basildon.gov.uk
Contact: Corporate Procurement, Attn: Angela Vine
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: WWW.delta-esourcing.com

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Enforcement Services Collection & Service of Documents
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27

Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Bailiff services. Basildon Borough Council (the "Council") wishes to select a maximum of six providers (three for each Lot) to carry out The Provision of Enforcement Services Collection & Service of Documents. However, the Council reserves the right to appoint fewer than three suppliers per lot. It is the Council’s intention that the Council may use the providers in carrying out activities for other Local Authorities of which the Council may be in shared service arrangements with or for which the Council may provide Revenue and Benefits Services. This means that the quantity of services to be provided may vary over the term of the contract.The Contract shall be in the following lots: Lot 1 To include Council Tax, Housing Benefit Overpayments, Arrest warrants (with & without bail), Former Tenant Arrears collection & Evictions. Lot 2 To include Non Domestic Rates, Process Serving, Sundry Debts & Tracing. The Authority expects providers to have a flexible approach to collection and processes with regard to the new Taking Control of Goods Regulations. The Council will in the tender documentation, address social value aims in line with its considerations of the Social Value Act 2012.This is a part B service and as such is not fully subject to the Directive 2004/18/EC. However, in order to uphold the principles of an open, transparent and proportionate competitive process and to achieve value for money, the Council has advertised this contract following notification to OJEU(Official Journal of the European Union).

II.1.6)Common Procurement Vocabulary:
75242110 - Bailiff services.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots

II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Lot 1 To include Council Tax, Housing Benefit Overpayments, Arrest warrants (with & without bail), Former Tenant Arrears collection & Evictions. Lot 2 To include Non Domestic Rates, Process Serving, Sundry Debts & Tracing

II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)

Information About Lots

Lot No: 1
Title: Residence (Domestic Services)

1)Short Description:
To include Council Tax, Housing Benefit Overpayments, Arrest warrants (with & without bail), Former Tenant Arrears collection & Evictions.

2)Common Procurement Vocabulary:
75242110 - Bailiff services.

3)Quantity Or Scope:
The successful providers will provide a full range of services in respect to the debt streams in Lot 1 & Lot 2 in accordance with the appropriate legislative requirements current at the date of service are carried out and in particular: The Council Tax (Administration and Enforcement) regulations 1992 as amended. The Non Domestic Rating (Collection & Enforcement) Regulations 1989 as amended. The Tribunals Courts and Enforcement Act 2007, the Taking Control of Goods (Fees) Regulations 2013 and other relevant future legislation.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided


5)Additional Information About Lots: Not Provided

Lot No: 2
Title: Business (Non-Domestic)

1)Short Description:
Lot 2 To include Non Domestic Rates, Process Serving, Sundry Debts & Tracing

2)Common Procurement Vocabulary:
75242110 - Bailiff services.

3)Quantity Or Scope:
The successful providers will provide a full range of services in respect to the debt streams in Lot 1 & Lot 2 in accordance with the appropriate legislative requirements current at the date of service are carried out and in particular: The Council Tax (Administration and Enforcement) regulations 1992 as amended. The Non Domestic Rating (Collection & Enforcement) Regulations 1989 as amended. The Tribunals Courts and Enforcement Act 2007, the Taking Control of Goods (Fees) Regulations 2013 and other relevant future legislation.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided


5)Additional Information About Lots: Not Provided

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to tender documents

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to tender documents

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to tender documents

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Bailiffs must be certificated where appropriate
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

Refer to Pre-Qualification questionnaire
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

Information and formalities necessary for evaluating if requirements are met:
Pre-Qualification Questionnaire Refers
Minimum Level(s) of standards possibly required:
Refer to Pre-Qualification Questionnaire

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
Pre-Qualification Document Refers
Minimum Level(s) of standards possibly required:
Pre-Qualification Document Refers
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
Certificated Enforcement Agents where appropriate, CVs requested for Enforcement Agents in PQQ capacity criteria
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:

Envisaged number of operators: 10

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)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CP-2014-0079
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 24/11/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 08/12/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English



Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Basildon:-Bailiff-services./69H956E6UG

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/69H956E6UG
GO-20141024-PRO-6114178 TKR-20141024-PRO-6114177

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 24/10/2014

ANNEX A