Contract notice

Information

Published

Date of dispatch of this notice: 03/10/2016

Expire date: 09/11/2016

External Reference: 2016-262539

TED Reference: 2016/S 193-347417

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Northamptonshire
N/A
Northamptonshire Police, West Wing, Police Headquarters, Wootton Hall, Northampton, NN4 0JQ
Northampton
NG5 8PP
UK
Contact person: Paul Whitehall
Telephone: +44 1159672310
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=17500&B=BLUELIGHT
Additional information can be obtained from
another address: 
East Midlands Strategic Commercial Unit
EMSCU, Nottinghamshire Police, Police Headquarters, Sherwood Lodge, Arnold, Nottingham, NG5 8PP
Nottingham
NG5 8PP
UK
Contact person: Paul Whitehall
Telephone: +44 01159672310
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Pension Administration Services
Reference number:  SOR1000468
II.1.2)

Main CPV code

66520000  -  Pension services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of pension administration services to the East Midlands Region of police forces and UK police forces nationally, as per the Specification requirements incorporated within the Invitation to Tender documentation. The contracting authority is establishing a Framework Agreement made up of two Lots as follows: Lot 1: Provision of Pension Administration Services specifically for meeting the needs of the East Midlands Region of Police Forces only and which may be obtained by means of direct award without the requirement for re-opening competition in any way.This shall be a single supplier lot. Lot 2: Provision of Pension Administration Services for meeting the needs of any other UK police, obtained by means of further competition. This shall be a multi-supplier lot with up to 3 (three) suppliers present on it.
II.1.5)

Estimated total value

Value excluding VAT: 2900000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Pension Administration Services for the East Midlands Region of police forces
Lot No:  1
II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66523100  -  Pension fund administration services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
East Midlands Region of police forces made up of Derbyshire, Leicestershire, Lincolnshire, Northamptonshire and Nottinghamshire
II.2.4)

Description of the procurement

Lot 1 - Provision of pension administration services to the East Midlands Region of police forces, as per the Specification requirements incorporated within the Invitation to Tender documentation. The contracting authority is establishing a Framework Agreement made up of two Lots and Tenderers may tender for this and Lot 2.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The contracting authority is establishing a Framework Agreement for access by all UK police forces, but will be specifically purchasing on behalf of the following other contracting authorities: The Police & Crime Commissioners for Derbyshire, Leicestershire, Lincolnshire and Nottinghamshire, and the Chief Constables of Derbyshire, Leicestershire, Lincolnshire, Northamptonshire and Nottinghamshire.
II.2)

Description

II.2.1)

Title

Pension Administration Services for other UK police forces
Lot No:  2
II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66523100  -  Pension fund administration services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Any UK police force outside the East Midlands Region of police forces
II.2.4)

Description of the procurement

Provision of Pension Administration Services as per the Specification requirements forming part of the Invitation to Tender, to other UK police forces outside the East Midlands Region of police forces.The contracting authority is establishing a Framework Agreement made up of two Lots and Tenderers may tender for this and Lot 1.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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 registers

List and brief description of conditions:  Please refer to Invitation to Tender documentation published in respect of this Framework Agreement.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to Invitation to Tender documentation published in respect of this Framework Agreement.
Minimum level(s) of standards possibly required:  
Please refer to Invitation to Tender documentation published n respect of this Framework Agreement.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to Invitation to Tender documentation published in respect of this Framework Agreement.
Minimum level(s) of standards possibly required:  
Please refer to Invitation to Tender documentation published in respect of this Framework Agreement.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Invitation to Tender documentation published in respect of this Framework Agreement.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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 participate

Date:  02/11/2016
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  02/11/2016
Local time:  16:00
Place:  
https://uk.eu-supply.com/login.asp?B=UK
Information about authorised persons and opening procedure:  
Leanne Bryant - Commercial Officer
Paul Whitehall - Commercial Officer

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Following conclusion of the Framework Agreement, each individual police force including in respect of Lot 1, will subsequently enter into their own Call-Off Contract with an appointed service provider in accordance with the Call-Off Terms. Lot 1 shall be evaluated at the same time as evaluation in relation to access to the Framework Agreement for future business via Lot 2. With regards to Lot 1 Lincolnshire does not represent a definite requirement at this stage but in any event any tenderer applying for Lot 1 will be required to confirm that they can undertake the needs of all 5 (five) East Midlands police forces including Lincolnshire. No other police forces outside the East Midlands Region of Derbyshire, Leicestershire, Lincolnshire, Northamptonshire and Nottinghamshire shall be entitled to make a direct award under or otherwise utilise Lot 1. The rules and procedures governing the varying and awarding of Call-Offs and undertaking of further competition are as set out within the Invitation to Tender documentation, principally the Call-Off Procedures therein, which subsequently shall form part of the Framework Agreement. Pricing in respect of Lot 1 shall be essentially fixed (except in relation to the Rate Card for Optional Services) the pricing tendered for Lot 2 at the outset of the Framework Agreement shall be guide pricing only and definite pricing shall be arrived at by a police force as part of a subsequent further competition during which the Framework requirements may also be further refined. The Services and any pricing are divided into Core Optional and additional Services and allowance will also be made for implementation and TUPE costs. No inflationary adjustments will be accepted. All matters regarding Key Performance Indicators, Service Levels, contract management, annual reviews and monitoring are also as set out in the Invitation to Tender documentation. The appointed service providers will look to identify savings . The successful tenderers may be required to enter into a parent company guarantee as part of any award of Framework Agreement. Any awarding of a place on this Framework Agreement will be conditional upon agreeing to undertake and successfully meet any vetting clearance obligations laid down within the ITT, compliance in full with the agreed Terms and Conditions of Contract and being of satisfactory economic & financial standing deemed appropriate to being on this Framework Agreement. Tenderers are required to confirm as part of their Tender submission which Lots they are tendering for. Tenderers are invited to submit as part of their Response, additional alternative Service Levels and management information for consideration by the contracting authority. The collection of a Management Charge by the contracting authority shall apply in respect of suppliers present on and against business arising from Lot 2.The contracting authority reserves the right at any time to cease this tendering process and or not to award any Framework Agreement. The length of any Call-Off Contract entered into under this Framework Agreement shall also be limited to 48 months.
VI.4)

Procedures for review

VI.4.1)

Review body

East Midlands Strategic Commercial Unit
EMSCU, Nottinghamshire Police, Sherwood Lodge, Arnold, Nottingham, NG5 8PP
Nottingham
NG5 8PP
UK
Telephone: +44 01159672310

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will incorporate a minimum 10 calendar day Standstill period at the point information on award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before any formal contract agreement is entered into.
VI.5)

Date of dispatch of this notice

05/10/2016