Strategic Commercial Accelerator Programme
Crown Commercial Service is seeking to establish a Framework Agreement for the provision of advisory services to UK Government.
United Kingdom-Liverpool: Procurement consultancy services
2016/S 126-226574
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Minister for the Cabinet Office acting through the Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk, eenablement@crowncommercial.gov.uk
Internet address(es):
General address of the contracting authority: http://www.gov.uk/ccs
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK — United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 95 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Framework Agreement shall provide to Contracting Authorities, a Project Management Office (PMO) function and delivery commercial accelerator programmes.
The PMO function shall provide the governance in maintaining standards for project management across the Framework Agreement activity.
The duration of the Framework Agreement is for a two (2) year period.
The Framework will be divided into 3 Lots:
— Lot 1 — Provision of a PMO function for HMT, Cabinet Office and CCS;
— Lot 2 — Delivery of commercial accelerator programmes for CCS only;
— Lot 3 — Delivery of commercial accelerator programmes for the Ministry of Defence only.
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) will not apply for all three (3) Lots. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise.
Cyber Essentials is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. There are 2 levels of certification: Cyber Essentials and Cyber Essentials Plus. To participate in this Procurement, Potential Providers must be able to demonstrate that you comply with the technical requirements prescribed by Cyber Essentials Plus for Goods and Services under and in connection with this Procurement.
The Potential Provider must be able to demonstrate to the Authority that they meet the technical requirements prescribed by Cyber Essentials Plus for Services under and in connection with this Procurement prior to any Framework Agreement being signed.
A detailed description of the Services that the Potential Provider will be required to supply under this Framework Agreement will be set out in full in Framework Schedule 2: Part A Goods and Services Lot 1, Framework Schedule 2: Part A Goods and Services Lot 2 and Framework Schedule 2: Part A Goods and Services Lot 3.
II.1.6)Common procurement vocabulary (CPV)
79418000, 71318000, 79000000, 79400000, 79410000, 79411100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Framework Agreement will be available to HMT, Cabinet Office, CCS and MoD.
The Framework Agreement will be divided into 3 Lots: Lot 1 — Provision of a PMO Function for HMT, Cabinet Office and CCS and Lot 2 — Delivery of commercial accelerator programmes for CCS only and Lot 3 — Delivery of commercial accelerator programmes for the Ministry of Defence only.
A Framework Agreement for Lot 1 and Lot 2 will be awarded to a single Supplier. Framework Agreements for Lot 3 will be awarded to 3 Suppliers.
Estimated value excluding VAT:
Range: between 60 000 000 and 95 000 000 GBP
II.2.2)Information about options
Description of these options: The Framework Agreement shall be awarded for an initial period of 24 months with an option to extend the duration for a further period of 24 months from the expiry date.
Any extension will be exercised at the sole discretion of the Authority.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Provision of a PMO Function for HMT, Cabinet Office and CCS
1)Short description
— A PMO function for Lots 2 and 3;
— A PMO function provided under Lot 1 shall ensure that a consistent approach is adopted across Contracting Authorities using this Framework Agreement;
— The PMO function shall be the source of the agreed project management practice and a central source of recording and tracking of savings initiatives;
— The PMO function shall use the data reporting tool as nominated by the Authority, in respect of Lot 1, Lot 2 and Lot 3;
— Increase the skill sets and capability of the Authority personnel in respect of best practice PMO ways of working, ensuring that demonstrable knowledge transfer takes place;
— Identifying efficiency improvements and accelerate the delivery of initiatives to maximise savings and value for money for the central government on Common Goods and Services for Lot 2 only;
— To have a detailed knowledge of the Common Goods and Services to Government.
The Authority will appoint one (1) supplier to this Lot.
2)Common procurement vocabulary (CPV)
79418000, 79000000, 79400000, 79410000, 79411100
3)Quantity or scope
Lot No: 2 Lot title: Delivery of Commercial Accelerator Programmes for CCS only
1)Short description
— Identifying efficiency improvements and accelerate the delivery of initiatives to maximise savings and value for money for Central Government on Common Goods and Services for Lot 2 only;
— Supporting the Contracting Authorities to maximise saving initiative opportunities, working efficiently within the Authorities resource structure;
— Have detailed knowledge of the Common Goods and Services to Government;
— Increasing the skill sets and capability of the Authority personnel in respect of best practice ways of working, ensuring that demonstrable knowledge transfer takes place.
The Authority shall appoint one (1) Supplier to this Lot.
2)Common procurement vocabulary (CPV)
79418000, 79400000, 79410000, 79411100, 79000000
3)Quantity or scope
Lot No: 3 Lot title: Delivery of Associated Accelerators Programmes for the MoD only
1)Short description
— Assisting the MoD with the investigation and identification of opportunities to drive down cost and seek synergies within engineering analysis and non-common goods and services;
— Increasing the skill sets and capability of the MoD’s personnel in respect of best practice ways of working, ensuring that demonstrable knowledge transfer takes place;
— Enabling the uplift of commercial capabilities of the MoD personnel through skills transfer from the successful provider(s) through transfer of knowledge and mentoring of the team;
— Improving the rigour around the recording of savings delivery;
— Supporting the Contracting Authorities to maximise saving initiative opportunities, working efficiently within the Authorities resource structure.
The Authority shall appoint three (3) Suppliers to this Lot.
2)Common procurement vocabulary (CPV)
79418000, 79400000, 79411100, 71318000, 79410000, 79000000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This Procurement will be managed electronically via the Authority’s e-Sourcing Suite. To participate in this Procurement, participants must 1st be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, please go online to: https://gpsesourcing.cabinetoffice.gov.uk you can then access 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/become-a-crown-commercial-service-supplier/becoming-asupplier-through-thecrowncommercial-service-what-you-need-to-know
Once you have registered on the e-Sourcing 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 Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to e-Sourcing Suite
email 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 emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
A copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website once it is available: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
Responses must be published by the date in IV.3.4)
III.2.2)Economic and financial ability
The Authority may take into account any of the following information:
a) A copy of the audited accounts for the most recent two (2) years, if available; or (alternatively):
b) A statement of the turnover, profit and loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation; or
c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or
d) Alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Minimum level(s) of standards possibly required: As stated in the Invitation to Tender (ITT) which will be issued on Monday, 18.7.2016.
III.2.3)Technical capacity
Potential Providers will be assessed in accordance with Section 5 of the Regulations implementing the Directive, on the basis of information provided in response to an ITT.
The Authority may take into account the following information:
(a) Two (2) suitable contract examples, from the public or private sector, where similar requirements to those sought under this Procurement have been performed. Contracts should have been performed during the past three (3) years. Customer contacts must be warned they may be contacted by Crown Commercial Service, to verify the accuracy of the information provided at any time;
(b) A list of the principal deliveries or main services provided over the past three (3) years, with the sums, dates and recipients, whether public or private, involved;
(c) A description of the technical facilities and measures used by the Potential Provider for ensuring quality and data security;
(d) An indication of the proportion of the contract which the Potential Provider intends possibly to subcontract. The ITT can be accessed, which will be issued on Monday, 18.7.2016 at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1)
Minimum level(s) of standards possibly required:
As stated in the Invitation to Tender (ITT), which will be issued at a later date.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Price. Weighting 30
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 100-179201 of 26.5.2016
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place:
Web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Framework will be divided into three (3) Lots:
— Lot 1 — Provision of a PMO Function for HMT, Cabinet Office and CCS;
— Lot 2 — Delivery of commercial accelerator programmes for CCS only; and
— Lot 3 — Delivery of commercial accelerator programmes for the Ministry of Defence only.
The ITT documentation for this procurement will Not be available for viewing by Potential Providers immediately on the release of this OJEU Contract Notice, but will be made available to all Potential Providers on Monday, 18.7.2016.
Please note draft versions of the Specification will be available on the Crown Commercial Service Website from the 11.7.2016 via the following link: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
A Supplier information day will be held on Thursday, 21.7.2016, this will be held after the Invitation to Tender documents are issued on Monday, 18.7.2016. The purpose of this day will be to provide Potential Providers with further information and details on this Procurement.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redaction’s at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit the Contracting Authorities, awarding a call-off contract under this Framework Agreement, to publish the text of that call-off contract, subject to possible redaction’s at the discretion of the Contracting Authorities.
Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance
The Authority expressly reserves the right:
(i) Not to award any call-off contract as a result of the Procurement process commenced by publication of this notice; and
(ii) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the Potential Provider.
If the Authority decides to enter into a Framework Agreement with the successful Supplier(s), this does not mean that there is any guarantee of subsequent call-off contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers.
Any orders placed under this Framework Agreement will form a separate call-off contract under the scope of this Framework Agreement between the Supplier and the specific requesting Contracting Authorities.
The Authority and Contracting Authorities utilising the Framework Agreement reserve the right to use any electronic portal during the life of the Framework Agreement.
The duration referenced in Section II.1.4) is for the placing of orders.
The value provided in Section II.1.4) is only an estimate. The Authority cannot guarantee to Suppliers any business through this Framework Agreement.
In reference to Section II.1.4) Framework Agreements will be concluded with the maximum number of Potential Providers, for Lot 3 only, this may increase only where two (2) or more Potential Providers have tied scores and are placed in the last position. The Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position on Lot 3 is 3rd.
In the event that there is a substantive challenge to the Procurement and such 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.
VI.5)Date of dispatch of this notice:
Related Posts
National Framework for Early Payment Scheme
Procurement Consultancy Contract
East Sussex Business Support Service Contract