Notice Information
Notice Title
Managed Work for Housing Benefit (HB) and Council Tax Reduction (CTR) Claims
Notice Description
West Dunbartonshire Council (WDC) is seeking the provision of Off-Site Housing and Council Tax Benefits Data Processing Services The aim is to assist WDC by assessing HB and CTR claims and the successful bidder will process new claims and change of circumstances claims to completion.
Lot Information
Lot 1
West Dunbartonshire Council (WDC) is seeking the provision of Off-Site Housing and Council Tax Benefits Data Processing Services The aim is to assist WDC by assessing HB and CTR claims and the successful bidder will process new claims and change of circumstances claims to completion. Requirements will include : - A low cost, off-site processing solution - Guaranteed output with a high level of accuracy - A reliable, secure and fast electronic connection to their virtual network and industry best practice security - Proven governance and management arrangements - Achievement of service standards - Access to proven toolkits, processes and best practice for individual service areas - Access to expertise and professional capacity from their existing talent pool - Extensive experience of liaising with client service teams - Processing and ongoing management of Housing Benefit & Council Tax Reduction cases. Suppliers require to be fully trained and approved by the DWP. The terms and conditions of Department for Work and Pension's 2008 Memorandum of Understanding (MoU) to access the Customer Management System (CIS) states that all assessors must have undertaken the CIS training and signed the confidentiality agreement.
Renewal: Option to extend for a further 2 x 12 month extension subject to requirement and satisfactory performance as determined by the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000667299
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427468
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66171000 - Financial consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Sep 20214 years ago
- Submission Deadline
- 6 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- corporate.procurement@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427468
Managed Work for Housing Benefit (HB) and Council Tax Reduction (CTR) Claims - West Dunbartonshire Council (WDC) is seeking the provision of Off-Site Housing and Council Tax Benefits Data Processing Services The aim is to assist WDC by assessing HB and CTR claims and the successful bidder will process new claims and change of circumstances claims to completion.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000667299-2021-09-15T00:00:00Z",
"date": "2021-09-15T00:00:00Z",
"ocid": "ocds-r6ebe6-0000667299",
"initiationType": "tender",
"parties": [
{
"id": "org-101",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "corporate.procurement@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "https://www.west-dunbarton.gov.uk/business/suppliers/procurement/"
}
},
{
"id": "org-102",
"name": "Dumbarton Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Church Street",
"locality": "Dumbarton",
"postalCode": "G82 1QR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-101"
},
"tender": {
"id": "2021-57",
"title": "Managed Work for Housing Benefit (HB) and Council Tax Reduction (CTR) Claims",
"description": "West Dunbartonshire Council (WDC) is seeking the provision of Off-Site Housing and Council Tax Benefits Data Processing Services The aim is to assist WDC by assessing HB and CTR claims and the successful bidder will process new claims and change of circumstances claims to completion.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "66171000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-10-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-10-06T12:00:00Z"
},
"documents": [
{
"id": "SEP427468",
"documentType": "contractNotice",
"title": "Managed Work for Housing Benefit (HB) and Council Tax Reduction (CTR) Claims",
"description": "West Dunbartonshire Council (WDC) is seeking the provision of Off-Site Housing and Council Tax Benefits Data Processing Services The aim is to assist WDC by assessing HB and CTR claims and the successful bidder will process new claims and change of circumstances claims to completion.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427468",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "West Dunbartonshire Council (WDC) is seeking the provision of Off-Site Housing and Council Tax Benefits Data Processing Services The aim is to assist WDC by assessing HB and CTR claims and the successful bidder will process new claims and change of circumstances claims to completion. Requirements will include : - A low cost, off-site processing solution - Guaranteed output with a high level of accuracy - A reliable, secure and fast electronic connection to their virtual network and industry best practice security - Proven governance and management arrangements - Achievement of service standards - Access to proven toolkits, processes and best practice for individual service areas - Access to expertise and professional capacity from their existing talent pool - Extensive experience of liaising with client service teams - Processing and ongoing management of Housing Benefit & Council Tax Reduction cases. Suppliers require to be fully trained and approved by the DWP. The terms and conditions of Department for Work and Pension's 2008 Memorandum of Understanding (MoU) to access the Customer Management System (CIS) states that all assessors must have undertaken the CIS training and signed the confidentiality agreement.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further 2 x 12 month extension subject to requirement and satisfactory performance as determined by the Council."
}
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"bidOpening": {
"date": "2021-10-06T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and brief description of conditions: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Tenderers are required to have signed the Terms and Conditions of the Department for Work and Pension's 2008 Memorandum of Understanding. Tenderers are also required to be accredited with ISO9001 and ISO27001. Copies of certificates must be uploaded with the tender submission. Tenderers are also required to evidence that they have a minimum of two years experience of working with the Northgate Benefit system and Comino Management system and that they have a minimum of two years experience of processing housing benefit and council tax reduction data."
},
{
"type": "economic",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"minimum": "With reference to SPD questions: 4B.1.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.75,000 GBP, therefore a turnover of 150,000 GBP is required Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing. - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected. Insurance Q4B.5.1 -It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below: - Employers Liability Insurance - 10 million GBP each and every claim Q4B5.2 - Public and Product Liability Insurance - 10 million GBP each and every claim - Professional Indemnity Insurance - 5 million GBP each and every claim"
},
{
"type": "technical",
"minimum": "These question will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress tostage 2 \"award criteria (Technical & Commercial envelopes) With reference to SPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the Managed Work for Housing Benefit (HB) and Council Tax Reduction (CTR) Claims as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice. ESPD 4D.1 contractors need to demonstrate satisfactory Quality Management accreditation or standards. 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "66171000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "TUPE may apply. The documents entitled \"Supplier Certificates & additional Selection Criteria\" are found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. Please note that all of these documents must be signed by an authorised signatory. 1. WD04 Parent Company Guarantee - if required 2. WD05 Non Collusion Certificate 3. WD07 Certificate of Non-Canvassing 4. WD08 FOI Declaration 5. WD09 WDC Financial Vetting Questionnaire 6. WD15 Police Scotland Checks 7. WDC Declaration 8. WDC Security Assessment 9. H&S Policy 10. Insurance documents - Evidence of your company's insurance certificates detailing the required level of insurances as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland, bidders will be required to confirm acceptance to sharing the company director's details at preferred bidder status. Minimum requirements to pass the qualification envelope, exclusion & selection criteria Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Technical Envelope:Tenderers are required to confirm compliance with the Terms and Conditions of Contract, failure to comply with these may result in the Tender Submission not being considered further. Q4D.1 Mandatory Pass/Fail Question - Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR A - The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18784. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Tenderers are requested to offer community benefits within the technical envelope responses. If accepted by the Council, they will consider these to be a contractual requirement. Community benefits will be scored within the technical response to the ITT. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18784. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:667299)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000667299"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}