Opportunity

Financial Services Framework

  • Crescent Purchasing Consortium (CPC)
  • Dukefield Procurement Limited
  • Public Sector
  • Education

F02: Contract notice

Notice reference: 2021/S 000-004733

Published 9 March 2021, 4:45pm



The closing date and time has been changed to:

23 April 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing Consortium (CPC)

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

helpdesk@thecpc.ac.uk

Telephone

+44 8000662188

Fax

+44 1612955599

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

Email

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

Email

helpdesk@thecpc.ac.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Education

Procurement House, Unit 23 Leslie Hough Way

Salford

M6 6AJ

Email

helpdesk@thecpc.ac.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

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

Email

helpdesk@thecpc.ac.uk

Telephone

+44 8000662188

Fax

+44 1612955599

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

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