Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
E-bost: nicole.sherry@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
CT1542 Sheriff Officer Services
II.1.2) Prif god CPV
79940000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council (the Council) is seeking to establish a Framework Agreement for the provision of Sheriff Officer Services. This service recovers funds from debt streams including unpaid Council Tax, Business Rates, Housing Benefit Overpayments, Parking Fines and Sundry Debt.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 750 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 1
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
All Debt Streams - Primary Collection
II.2.2) Cod(au) CPV ychwanegol
75242110
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The city of Edinburgh.
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the Council) is seeking to establish a Framework Agreement for the provision of Sheriff Officer Services. This requirement recovers funds from debt streams including unpaid Council Tax, Business Rates, Housing Benefit Overpayments, Parking Fines and Sundry Debt.
The Lot 1 Provider will receive the majority of debt cases.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Maen prawf cost: Cost
/ Pwysoliad: 30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 84
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
This Framework Agreement will run for a period of four years with the option to extend for a further 24 month period and a further 12-month period (4+2+1).
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Please see tender documentation for further information.
Rhif y Lot 2
II.2.1) Teitl
All Debt Streams - Secondary collection
II.2.2) Cod(au) CPV ychwanegol
75242110
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The city of Edinburgh.
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the Council) is seeking to establish a Framework Agreement for the provision of Sheriff Officer Services. This service recovers funds from debt streams including unpaid Council Tax, Business Rates, Housing Benefit Overpayments, Parking Fines and Sundry Debt.
The Provider for Lot 2 shall receive cases from the Council where the collection and recovery efforts of the Lot 1 Provider have been unsuccessful. If a customer's case has been passed to the Lot 2 Provider and a new debt arises from the same customer, this debt will also be passed to the Lot 2 Provider for consistency and to ensure the case is dealt with in its entirety.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Maen prawf cost: Cost
/ Pwysoliad: 30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 84
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
This Framework Agreement will run for a period of four years with the option to extend for a further 24 month period and a further 12-month period (4+2+1).
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Part IV: Selection criteria – A: Service Contracts- Professional & Trade Registers – Question 4A2 Tenderers must be members of the Society of Messengers-At-Arms and Sheriff Officers (SMASO). Tenderers are required to be registered to the SMASO and adhere to its Code of Conduct.
Part IV: Selection criteria – A: Service Contracts- Professional & Trade Registers – Question 4A2 It is a mandatory requirement that Sheriff Officers and Messengers-At-Arms involved in the delivery of this Framework Agreement are commissioned to operate in Edinburgh.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
This refers to Section B of Part IV of the SPD (Scotland).
Lefel(au) gofynnol y safonau sydd eu hangen:
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to meet the following financial thresholds:
Lot 1 - a minimum “general” annual turnover of GBP 300,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Lot 2 - a minimum “general” annual turnover of GBP 200,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required to provide the following information in response to 4B.4:
Current ratio for Current Year: greater than 1.10
Current ratio for Prior Year: greater than 1.10
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- Employers (Compulsory) Liability Insurance - GBP 5 million
- Public Liability Insurance - GBP 5 million
- Professional Indemnity - GBP 5 million
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
This refers to section C and D of Part IV of the SPD (Scotland).
Lefel(au) gofynnol y safonau sydd eu hangen:
Part IV: Selection criteria – A: Service Contracts- Professional & Trade Registers – Question 4A2 - It is a mandatory requirement that Messengers-At-Arms and Sheriff Officers are commissioned to operate in Edinburgh.
Part IV: Selection criteria – A: Service Contracts- Professional & Trade Registers – Question 4A2 - Tenderers must be members of the Society of Messengers-at-Arms and Sheriff Officers (SMASO) and are required to be registered and adhere to its Code of Conduct.
Part IV: Selection Criteria – C: Technical and Professional Ability – Services – Question 4C1.2 - It is a mandatory requirement that Provider’s have experience of high-volume local government revenue collection and/or experience in Edinburgh, or a city with a similar demographic composition. Please provide one example of a similar contract that you have delivered. Your response should consider:
- The contracting authority/organisation
- Approximate value of debt collected
- Overview of the contract delivered
Your response must not exceed 500 words.
Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage – Question 4C.4 - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Framework Agreement, and/or any subsequent call off contract (including any agency or sub-contractor staff directly involved in the delivery of the Framework Agreement, and/or any subsequent call off contract), at least the real Living Wage. Please note that tenderers who fail to answer “Yes” to this question will not have their tender considered further or proceed to the Price/Quality ratio calculation.
Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - Tenderers are asked to confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require you to actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis. If you do not intend to use any sub-contractors, please answer N/A.
Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: a completed copy of “CT1542 Climate Change Plan” attached to this question including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria – C: Quality Control – Question 4C.12 - It is a mandatory requirement that organisations have a code of conduct in place. The code of conduct should include commitments and supporting procedures, including the mechanisms in place to secure compliance and to highlight and address non-compliance. Please attach your organisation’s code of conduct.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Tenderers should confirm that this condition has been met within the response to this question. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Tenderers must be members of the Society of Messengers-at-Arms and Sheriff Officers (SMASO) and are required to be registered and adhere to its Code of Conduct.
III.2.2) Amodau perfformiad contractau
Please refer to the Key Performance Indicators (KPIs) provided in the document entitled CT1542 Key Performance Indicators.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 2
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: It can take the Provider years to fully recover debt and work through cases. It would significantly affect the success of the debt recovery process if a short-term Framework Agreement was introduced that required changing Providers, the recovery process for client cases in progress would have to be restarted and this process would be lengthy.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-038628
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
02/10/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
02/10/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
If extension options are not used then this opportunity is likely to be published in the third quarter of 2029. If extension options are utilised then the third quarter of 2032.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Please see tender documentation for further information.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29530. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please see document entitled CT1542 Community Benefits Guidance.
(SC Ref:802280)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
01/09/2025