Spend Analysis and Recovery Services Framework
Crown Commercial Service as the Authority is putting in place multi-supplier Framework Agreement for the provision of spend analysis and recovery services for all UK Central Government departments and Wider Public Sector Organisations.
Crown Commercial Service Framework
United Kingdom-Liverpool: Accounting, auditing and fiscal services
2017/S 160-330490
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
9th Floor The Capital Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
SARS (Spend Analysis and Recovery Services) II.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service as the Authority is putting in place multi-supplier Framework Agreement for the provision of spend analysis and recovery services for all UK Central Government departments and Wider Public Sector Organisations (‘Contracting Authorities’).
Suppliers will be able to provide spend analysis and related services, including the analysis of accounts payable systems, invoices and payments, contracts or other data as requested by a Contracting Authority.
The Framework will comprise of 7 lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Statement Transaction Review
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers shall be able to provide a statement transaction review, including conducting a review and comparison of ledgers and trading accounts to identify, report and recover any unallocated amounts, credit notes or other credit balances due back to the Contracting Authority.
This will include identifying and reporting all balances which require further investigation or progress to the Contracting Authority, and the Contracting Authority will then authorise further action by the Potential Provider to investigate and recover authorised balances, at an agreed frequency.
Suppliers will be able to deliver all the mandatory service requirements as set out in Framework Agreement schedule 2 (the specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 1 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
II.2.1)Title:
End-to-End Review
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers shall be able to provide an end to end service including:
— Statement transaction review;
— Payment error review; and
— Contract compliance — general review.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 2 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
II.2.1)Title:
Contract Compliance — Utilities
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier will be able to conduct a review of specific areas of procurement, pertaining to utilities, as required by the Contracting Authority to identify, report and recover any benefit.
The analysis shall include, but is not limited to:
— tariffs;
— distribution charges;
— transmission charges;
— metering charges;
— VAT;
— Climate Change Levy (CCL) charges; and
— environmental costs.
Suppliers will be able to deliver all the mandatory service requirements as set out in Framework Agreement Schedule 2 (the specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 3 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
II.2.1)Title:
Contract Compliance — Telecoms / Mobiles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier will conduct a review of specific areas of procurement, pertaining to telecoms / mobiles, as required by the Contracting Authority to identify, report and recover any Benefit.
The analysis shall include, but is not limited to:
— Public Switch Telephone Network (PSTN) lines;
— call plans;
— Multi-Protocol Label Switching (MPLS) / Ethernet;
— leased line services;
— maintenance charges; and
— mobile voice and data charges.
Suppliers will be able to deliver all the mandatory service requirements as set out in Framework Agreement Schedule 2 (the specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 4 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
II.2.1)Title:
Contract Compliance — Contingent Labour / Agency Staff
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier will conduct a review of specific areas of procurement, pertaining contingent labour / agency staffing, as required by the Contracting Authority to identify, report and recover any Benefit.
The analysis shall include, but is not limited to:
— hourly rates;
— grades vs charges; and
— hours worked vs charges.
Suppliers will be able to deliver all the mandatory service requirements as set out in Framework Agreement Schedule 2 (the specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 5 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
II.2.1)Title:
Contract Compliance — VAT
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier will conduct a review of specific areas of procurement, pertaining to the VAT, as required by the Contracting Authority to identify, report and recover any benefit.
The analysis shall include, but is not limited to:
— input and output VAT;
— VAT rates; and
— exemption calculations
Suppliers will be able to deliver all the mandatory service requirements as set out in Framework Agreement Schedule 2 (the specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 6 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
II.2.1)Title:
Contract Compliance — Property / Rental Review
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier will conduct a review of specific areas of procurement pertaining to property / rental review, as required by the Contracting Authority to identify, report and recover any benefit.
The analysis shall include, but is not limited to:
— lease charges;
— rental charges;
— VAT charges;
— insurance payments; and
— exemptions.
Suppliers will be able to deliver all the mandatory service requirements as set out in Framework Agreement Schedule 2 (the specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Supplier will be awarded a place on Lot 7 if they achieve or exceed the minimum final score. Potential Providers have the opportunity to submit a Tender for all or any combination of the 7 Lots. The value provided in II.2.6 is only an estimate. We cannot guarantee any business through the Framework Agreement.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Potential Providers will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’). This procurement will be managed electronically via the Crown Commercial Service’s eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers. Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and, the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the eSourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the eSourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk. Tender Submissions must be published by the date in IV.2.7 of this Contract Notice. Cyber Essentials is mandatory for Central Government Contracts which involves handling personal information and providing certain ICT products and services. To participate in this procurement, Potential Providers must be able to demonstrate that they comply with the technical requirements prescribed by Cyber Essentials for services under and in connection with this Procurement. The award of a place on this Commercial Agreement is conditional on a Potential Providers ability to demonstrate to the Authority that they meet the technical requirements prescribed by Cyber Essentials for services under and in conjunction with this Procurement.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The value provided in Section(s) II.I.5 is an estimate. We cannot guarantee any business through the Framework Agreement. In the event that there is a substantive challenge to the Procurement, and such a challenge is confined to a single Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential provider in respect of the Lot that has not been challenged. As part of this Contract Notice, the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/33c3db76-972e-4135-894c-2896726c513e.1) Contract Notice — Authorised Customer List 2) Contract Notice Transparency Information for the CCS Commercial Agreement. The Duration in II.2.7, this Framework Agreement will be for an Initial Period of two (2) years, with an option to extend for up to two (2) further periods of twelve (12) consecutive months at the Authority’s discretion, up to a total duration of 48 months.
VI.4.1)Review body
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3454102222
E-mail: info@crowncommercial.gov.ukInternet address:https://www.gov.uk/government/organisations/crown-commercial-service
VI.5)Date of dispatch of this notice:
Related Posts
Treasury Management Advisory Services Contract Hampshire
Tender for UKAEA Pension Scheme Administration
Requirement for UK Pooled Property Fund Manager
Defined Contribution Pension Scheme Tender