UK-Preston: Civic-amenity services.

UK-Preston: Civic-amenity services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Email: purchasing@placesforpeople.co.uk
Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Preston:-Civic-amenity-services./4ZTR8M6222
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/4ZTR8M6222 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Enforcement Agency Services DPS
Reference Number: Not provided
II.1.2) Main CPV Code:
98350000 - Civic-amenity services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Places for People are seeking to appoint providers to be appointed onto a Dynamic Purchasing System (DPS)
for the provision of Enforcement Agency Services which will be utilised and owned by Places for People
Procurement Hub.
This includes the collection of all debt types which a Contracting Authority may have a requirement to collect
and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not
limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing
benefits overpayments, social care debts and university accommodation fees. Examples of other services may
include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Places for People are seeking to appoint providers to be appointed onto a Dynamic Purchasing System (DPS)
for the provision of Enforcement Agency Services which will be utilised and owned by Places for People
Procurement Hub.
This includes the collection of all debt types which a Contracting Authority may have a requirement to collect
and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not
limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing
benefits overpayments, social care debts and university accommodation fees. Examples of other services may
include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy.
The DPS will be not be divided into defined Lots. Instead contractors are asked to complete a matrix to provide
details of the geographical areas that they can undertake. Suppliers can apply for as many areas as they wish.
It will be expected that Contracting Authorities will have the appropriate authority and orders to allow the
Enforcement Agents to carry out the services. Examples include, but are not limited to, Liability Orders, Writ of
Control or Repossession Orders.
All providers must be registered Enforcement Officers and/or High Court Enforcement Officers and comply with
The Taking Control of Goods Regulations 2013, The Taking Control of Goods (Fees) Regulations 2014 and The
Certification of Enforcement Agents Regulations 2014 (including any amendments).
Space has been provided in the online questions for potential service providers to indicate what debt types they
can collect and what other services they can offer. This is for information purposes only and does not form any
basis for evaluation or acceptance onto the DPS.
It is not a requirement of the establishment of the DPS for potential service providers to collect all debt types
and to offer other services.
Contracting Authorities will not use this additional services information to pre-select the providers invited to take
part in their further competition.
Any debt types and other services a potential services provider can offer can be amended at any time during the
life of the DPS.
3 / 4
This procurement is being undertaken by Places for People the contracting authority for itself and as lead
authority for the benefit of other organisations that will be set out in the contract notice. Accordingly, it is the
intention that these other UK public organisations should be able to rely on this procurement to purchase
such services without the need for any further OJEU procurement process via mini-competition. The Hub can
be joined by Contracting Authorities and stream-lines processes for members of the Hub, reducing time and
expense incurred in such procurement processes.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4ZTR8M6222

For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/


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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 52 - 119654
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/05/2029 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Civic-amenity-services./4ZTR8M6222

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/4ZTR8M6222
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 04/06/2019

Annex A