Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Consortium (CPC)
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Fax
+44 1612955599
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Dukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
steve.davies@dukefieldprocurement.co.uk
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
http://www.dukefieldprocurement.co.uk
Buyer's address
http://www.dukefieldprocurement.co.uk
one.1) Name and addresses
Public Sector
Procurement House , Unit 23 Leslie Hough Way
Manchester
M6 6AJ
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Procurement House, Unit 23 Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
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://suppliers.multiquote.com
Additional information can be obtained from another address:
Crescent Purchasing Consortium (CPC)
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Fax
+44 1612955599
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Financial Services Framework
Reference number
CA8423 - CPC/DU/FIN/01
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Framework will provide access to a comprehensive range of Financial Services. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/. It is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at http://www.dukefieldprocurement.co.uk/ojeu
The Framework will be let across three Lots. There will be a maximum of 6 suppliers awarded a place on each of the three Lots.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Lot 1 - Financial Services for Maintained Schools
Lot No
1
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 48442000 - Financial systems software package
- 80500000 - Training services
- 79412000 - Financial management consultancy services
- 48812000 - Financial information systems
- 48440000 - Financial analysis and accounting software package
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UK
two.2.4) Description of the procurement
This lot is designed to provide financial services to maintained school. A comprehensive suite of services will be available, including but not limited to, the following:
Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services
There will be a maximum of 6 suppliers awarded a place on this framework Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Financial Services for Academies and Multi Academy Trusts
Lot No
2
two.2.2) Additional CPV code(s)
- 48812000 - Financial information systems
- 48442000 - Financial systems software package
- 66171000 - Financial consultancy services
- 48440000 - Financial analysis and accounting software package
- 80500000 - Training services
- 79412000 - Financial management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UK
two.2.4) Description of the procurement
This lot is designed to provide financial services to existing academies and multi academy trusts and those converting to academy status. A comprehensive suite of services will be available, including but not limited to, the following:
Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services
There will be a maximum of 6 suppliers awarded a place on this framework Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Financial Services for Wider Public Sector Organisations
Lot No
3
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79212100 - Financial auditing services
- 72212440 - Financial analysis and accounting software development services
- 80500000 - Training services
- 79412000 - Financial management consultancy services
- 48812000 - Financial information systems
- 48442000 - Financial systems software package
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UK
two.2.4) Description of the procurement
This Lot incorporates the provisions of both Lots 1 and 2 as they apply to public sector organisations in the wider public sector, i.e. those organisations who are not schools or Academies and Multi Academy Trusts. A comprehensive suite of services will be available, including but not limited to, the following:
Strategic financial management planning and support, financial systems and accounting, financial governance and audit, business continuity, financial training services and ad hoc consultancy services
There will be a maximum of 6 suppliers awarded a place on this framework lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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: 18
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
Originally published as:
Date
12 April 2021
Local time
12:00pm
Changed to:
Date
23 April 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
CPC Internal Reference Number is CPC/DU/FIN/01. The framework is being delivered by Crescent Purchasing Limited through Crescent Purchasing Consortium and its partners Dukefield Procurement Limited (who are a subsidiary of Dukefield Limited). Dukefield Procurement Limited are acting as agents of Crescent Purchasing Consortium in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at https://suppliers.multiquote.com, the tender is available from the Opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights:
(a) To terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) To make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) To award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation;
(d) To disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) Seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) Where the Contracting Authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the Contracting Authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) Where the Contracting Authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the Contracting Authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications / discussion documents to the market where appropriate to the subject matter of this procurement.
(h) The Contracting Authority will not be liable for any costs incurred by tenderers.
(i) The value of the framework provided in section II.1.5 is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement; and
(j) The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as stated in II.1.4.
Tenderers should note, in reference to Section IV.1.3), Envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one Tenderer is tied with the same final evaluation score and are ranked in the last supplier award position within a particular Lot, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework Lot.
The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number on any particular Lot, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot of this framework is 6th place on each of the three framework Lots. Therefore on a lot by lot basis, Tenderers within 0.5 %, along with the Tenderer in last placed position, shall be deemed to occupy the last Framework Agreement contract award position for each respective lot.
six.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Crescent Purchasing Consortium will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom