Section one: Contracting authority
one.1) Name and addresses
Money and Pensions Service
120 Holborn
LONDON
EC1N2TD
Contact
Carol Hilaire
Telephone
+44 2081324012
Country
United Kingdom
NUTS code
UKI31 - Camden and City of London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://moneyandpensionsservice.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://maps.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Arm's-length body sponsored by the Department for Work and Pensions
one.5) Main activity
Other activity
Financial Guidance body for Money and Pensions
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MaPS Independent Quality Assessment Service
Reference number
22-39C
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Independent Quality Assessment Service
The Money and Pensions Service, MaPS (the "Authority") is an arm's-length body, sponsored by the Department for Work and Pensions, with a joint commitment to ensuring that people throughout the UK have guidance and access to the information they need to make effective financial decisions over their lifetime.
The Money and Pensions Service (MaPS) intends to commence a tender for a supplier to deliver an independent quality assessment service to enable MaPS to manage, monitor and maintain oversight over the quality of its internal and outsourced guidance and advice delivery services against a set of 11 MaPS Standards (and 72 sub standards), https://www.moneyandpensionsservice.org.uk/money-and-pensions-service-standards/.
The Financial Guidance and Claims Act 2018 (The Act) sets out a requirement for the Single Financial Guidance Body (renamed as MaPS) to set standards in relation to persons providing information, advice, or guidance. The Act requires MaPS to monitor its own and our delivery partners' compliance with the standards.
MaPS funded delivery services are UK wide and provide information, guidance, and advice through a variety of delivery channels.
The new quality assessment service will be key to MaPS monitoring compliance of funded and internal services with each of the MaPS Standards, feeding into performance reporting against key performance indicators.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 80000000 - Education and training services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Description
The supplier will complete assessments across a wide range of MaPS services including regulated debt advice, pensions guidance, Pension Wise and money guidance. The supplier will be responsible for the delivery of an independent quality assessment service across all delivery channels that MaPS either delivers internally or funds through external delivery partners, to ensure that all service lines are meeting (as a minimum) the requirements of the FCA approved MaPS Standards.
The delivery of the service will be supported by a MaPS created quality assessment tool.
The delivery channels can include but are not limited to; face to face provision, telephone, written communications including the use of web chat, omni channel and digital provisions.
Whilst the proposed contract may be awarded to a single organisation, MaPS may also consider consortia arrangements.
Please note that suppliers in receipt of a delivery grant for any MaPS delivery service are unable to bid for this opportunity due to the potential for a conflict of interest.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 March 2023
End date
14 March 2026
This contract is subject to renewal
Yes
Description of renewals
3 +1+1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 2 years (at annual intervals)
two.2.14) Additional information
HOW TO BID
1.Interested organisations must be registered as a 'Supplier' on the MaPS eSourcing portal' Jaggaer' to participate.
If you have not already done so, please use the following link:
https://maps.app.jaggaer.com/web/login.html
2.To register, you must have a valid DUNS number (provided by Dun and Bradstreet).
3. If you do not have a DUNS number, please contact Dun & Bradstreet UK directly on telephone number 01628 492000.
or online at http://www.dnb.co.uk/duns-form.asp.
4. Once registered on the Jaggaer portal the tender can be viewed via OPEN TENDERS by clicking on 'Published Opportunities'.
5. Please email carol.hilare@maps.org.uk should you require further assistance with this matter and placing " IQAS 22-39 "in the subject line.
6. Please note all further communications including the submission of your online bid must be via the Jaggaer portal.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-020061
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 January 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice;