Opportunity

Tail Spend Solution

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2021/S 000-012515

Published 3 June 2021, 10:45pm



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/