Tender

VAT Partner Framework

  • Cardiff Council
  • Torfaen County Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-020961

Procurement identifier (OCID): ocds-h6vhtk-047c06

Published 9 July 2024, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

Email

corporateframeworks@cardiff.gov.uk

Telephone

+44 2920873732

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.cardiff.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

one.1) Name and addresses

Torfaen County Borough Council

Civic Centre, Pontypool

Torfaen

NP4 6YB

Email

CorporateFrameworks@cardiff.gov.uk

Telephone

+44 1495762200

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

http://www.torfaen.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0498

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.proactisplaza.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.proactisplaza.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

VAT Partner Framework

two.1.2) Main CPV code

  • 66122000 - Corporate finance and venture capital services

two.1.3) Type of contract

Services

two.1.4) Short description

Both Cardiff Council, and Torfaen County Borough Council (termed “the Councils”) are looking to appoint a framework of innovative providers to work alongside them to analyse and examine the spend across the Council’s Directorates to both ensure VAT compliance and be able to respond to opportunities in VAT reclamation which may arise, for example, from changes in legislation.

The Councils do not necessarily have the in-house expertise or resources to identify and scope out potential opportunities for VAT reclamation, and therefore seeks a suitably qualified and experienced organisation to work in partnership to ensure that any reclamation opportunities are acted upon decisively. The services operating under this contract will be managed and administered centrally by the Revenues Department of our Resources Directorate.

The services required as part of this Framework include:

1. ‘No-win-no-fee’ VAT reclamation projects - these will be either the Councils or Supplier suggested VAT related projects for which the payment mechanism will be a NWNF % of the reclaimed VAT figure.

2. Specialist tax advice on major projects – as required and directed by the Councils, and paid on a daily or hourly rate basis.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66122000 - Corporate finance and venture capital services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL16 - Gwent Valleys

two.2.4) Description of the procurement

Both Cardiff Council, and Torfaen County Borough Council (termed “the Councils”) are looking to appoint a framework of innovative providers to work alongside them to analyse and examine the spend across the Council’s Directorates to both ensure VAT compliance and be able to respond to opportunities in VAT reclamation which may arise, for example, from changes in legislation.

The Councils do not necessarily have the in-house expertise or resources to identify and scope out potential opportunities for VAT reclamation, and therefore seeks a suitably qualified and experienced organisation to work in partnership to ensure that any reclamation opportunities are acted upon decisively. The services operating under this contract will be managed and administered centrally by the Revenues Department of our Resources Directorate.

The services required as part of this Framework include:

1. ‘No-win-no-fee’ VAT reclamation projects - these will be either the Councils or Supplier suggested VAT related projects for which the payment mechanism will be a NWNF % of the reclaimed VAT figure.

2. Specialist tax advice on major projects – as required and directed by the Councils, and paid on a daily or hourly rate basis.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 35%

two.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

3 Year Framework Agreement, with the option to extend for a further 1 year.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 August 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

8 August 2024

Local time

12:00pm

Place

https://www.proactisplaza.com


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Depending on extension utilised

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=138587.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The Council is committed to a performance and evidence-based approach to Social Value based on the National TOMs for Wales (Themes, Outcomes and Measures) Framework developed by the Welsh Social Value Taskforce. Bidders are required to propose credible targets against which performance (for the successful Bidder) will be monitored. Further details on the methodology that the Council will follow to evaluate Social Value offers from bidders as part of this procurement can be obtained within the tender pack.

(WA Ref:138587)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom