Contract notice

Information

Published

Date of dispatch of this notice: 29/10/2020

Expire date: 07/12/2020

External Reference: 2020-500923

TED Reference: 2020/S 214-525831

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

MINT Commercial Services LLP
N/A
Force Headquarters, Wootton Hall
Northamptonshire
NG5 0JQ
UK
Contact person: Ravina Radia
Telephone: +44 7976173439
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=35231&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
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:  MINT framework - EU Supply 41960
II.1.2)

Main CPV code

66000000  -  Financial and insurance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Mint Commercial Services LLP wishes to establish a Framework Agreement for the provision of pension administration services to UK Police Forces, The National Crime Agency and all UK Fire and Rescue services and/or any Body which through appropriate jurisdiction become their successor organisations acting as the relevant Contract Authority during the lifetime of this Framework Agreement for the 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, which may be obtained by means of direct award or further competition. This shall be a multi-supplier lot
Lot 2: Provision of Pension Administration Services to Northamptonshire Fire and Rescue Authority only. This shall be a single supplier only.
PLEASE NOTE TENDER DOCUMENTS WILL BE AVAILABLE W/E 6th NOVEMBER 2020
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  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

Framework Agreement for the provision of pension administration services to UK Police Forces, The National Crime Agency and all UK Fire and Rescue services
Lot No:  1
II.2.2)

Additional CPV code(s)

66520000  -  Pension services
66523100  -  Pension fund administration services
II.2.4)

Description of the procurement

Provision of Pension Administration Services for meeting the needs of any UK police force, the National Crime Agency and any UK Fire and Rescue Service https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-services, https://www.nifrs.org/areas-districts/, and any other replacement body/authority which may be established as a successor, according to a specific set of Requirements designed to be applicable to any situation and which may be obtained by means of direct award or further competition. This shall be a multi-supplier lot with up to 5 (FIVE) suppliers present on it and pricing tendered at this stage in respect of the Framework Agreement shall act as a basis, guide and maximum pricing which shall apply to any Call-Off Contract tendered under this Lot, but which may be improved upon as part of re-opening competition.
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: 10000000.00  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)

Description

II.2.1)

Title

Pension Administration Services for Northamptonshire Fire and Rescue Service Only
Lot No:  2
II.2.2)

Additional CPV code(s)

66520000  -  Pension services
66523100  -  Pension fund administration services
II.2.4)

Description of the procurement

Provision of Pension Administration Services specifically for meeting the needs of the Northamptonshire Fire and Rescue Service only. This shall be a single supplier lot and in effect the procurement for the award of supplier to this Lot shall be undertaken at the same time as the procurement to establish a wider Framework Agreement for open use by UK police forces, National Crime Agency and UK Fire Services generally as represented by Lot 1. Northamptonshire Fire and Rescue Authority form definite commitments in respect of this Lot. The current contracts expire or has the capacity to expire on 31 March 2021.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
This contract may be let as a 5 year contract with three one year renewals available
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

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
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:  5
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:  07/12/2020
Local time:  14:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  07/12/2020
Local time:  14:00

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 will subsequently enter into their own Call-Off Contract with an appointed
service provider in accordance with the Call-Off Terms.
The rules and procedures governing the varying and awarding of Call-Offs and
undertaking of further competition or Direct Award(s) 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. Whereas pricing in
respect of Lot 2 shall be firm (except in relation to the rate card for optional services),
pricing in respect of Lot 1 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. Service providers will be expected to refresh their rate
cards on an annual basis. The Services and any pricing are divided into Core and
Optional Services and allowance will also be made for implementation costs,
but no TUPE costs will arise and 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 where possible and shall be required to prepare a
number of plans including a Quality & Continuous Development Plan. 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
Tender, 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 1. 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 for either Lot 1 or Lot 2 can be extended past the lifetime of the Framework Agreement (ie over 48 months)
PLEASE NOTE TENDER DOCUMENTS WILL BE AVAILABLE W/E 6th NOVEMBER 2020
VI.4)

Procedures for review

VI.4.1)

Review body

MINT Commercial Services LLP
Force Headquarters, Wootton Hall
Northamptonshire
NG5 0JQ
UK
Telephone: +44 07976173439