Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tail Spend Solution
Reference number
RM6202
two.1.2) Main CPV code
- 66151100 - Electronic marketplace retailing services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS) intends to seek a Tail Spend Solution to facilitate and manage ad hoc, lowvolume, low-spend deliverables across the public sector.
The Tail Spend Solution aims to provide end users access to a broad, pre-qualified and dynamic supplier base,
capable of offering a wide range of deliverables available for purchase and delivery through a digital
marketplace.
CCS are looking to engage with suppliers or groups of suppliers in order to identify a solution.
Deliverables may include but are not limited to:
Stationery and office supplies, computer peripherals and accessories, clothing, footwear, luggage articles
and accessories, educational equipment, musical instruments, sport goods, games, toys, handicraft, art
materials and accessories, furniture (incl. office furniture), furnishings, domestic appliances (excl.
lighting) and cleaning products and any other miscellaneous deliverables.
The objective is to help customers to manage their long Tail Spend.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66151100 - Electronic marketplace retailing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Crown Commercial Service (CCS) intends to conduct a procurement to establish a
commercial agreement to enable buyers to amalgamate in a compliant manner their long tail spend via a Tail Spend Solution.
The Tail Spend Solution shall:
• service diverse, low-volume, low-spend deliverables across the UK public sector.
• enable public sector buyers with access to a pre-qualified, dynamic and extensive supplier base,
capable of providing a broad range of deliverables as required by the public sector.
• enable a full end to end service including the management of: the system, the supply chain, delivery
(including warehousing and logistics), buyer registrations and support.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates 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) registering for access.
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: 2
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 100-243230
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 July 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Start/796a826f-a18a-4721-be96-88efc10e865e
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced
Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security
classifications used. All bidders should make themselves aware of the changes as it may impact this
requirement. This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling
personal information or provide certain ICT products/services. Government is taking steps to 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 implemented, will provide organisations with basic protection from the
most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must
be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for
services under and in connection with this procurement.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until
30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing
all information and communicating with bidders. If you have recently registered on the eSourcing suite for
another CCS procurement you can use the same account for this new procurement. If not, you will first
need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool:
https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk
or call 0800 069 8630.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom