Section one: Contracting authority
one.1) Name and addresses
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 345410222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/crown-commercial-service
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
PS/11/25 Core Counter Service Transactions
Reference number
RM3707
two.1.2) Main CPV code
- 75130000 - Supporting services for the government
two.1.3) Type of contract
Services
two.1.4) Short description
Supporting services for the government. Administration, defence and social security services. Post and courier services. Courier services. Mail delivery services. Parcel delivery services. Telephone and data transmission services. Data-processing services. Data entry services. Data capture services. Data transmission services. Computer-related management services. Administration services. Documentation services. Accounting, auditing and fiscal services. Accounting and auditing services. Accounting services. Market research services. Security services. Investigation services. Proof-reading services. Collection agency services. Photographic services. Specialised photography services. Stock-control services. Scanning services.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £650,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 64100000 - Post and courier services
- 64120000 - Courier services
- 64121100 - Mail delivery services
- 64121200 - Parcel delivery services
- 64210000 - Telephone and data transmission services
- 72310000 - Data-processing services
- 72312000 - Data entry services
- 72313000 - Data capture services
- 72318000 - Data transmission services
- 72510000 - Computer-related management services
- 75000000 - Administration, defence and social security services
- 75100000 - Administration services
- 79131000 - Documentation services
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79310000 - Market research services
- 79710000 - Security services
- 79720000 - Investigation services
- 79940000 - Collection agency services
- 79961000 - Photographic services
- 79961300 - Specialised photography services
- 79991000 - Stock-control services
- 79999100 - Scanning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The award of a Single Supplier Framework Agreement for the Provision of “Front Office” counter-based services, and the award of the DVLA Initial Call Off Agreement for the provision of a number of face-to-face Front Office Counter Services transactions at a national network of outlets throughout the UK (Great Britain and Northern Ireland). The transaction types available through the Single Supplier Framework Agreement include, but are not limited to, the following:
- Capture and transmission of customer and transaction data
- Verification of transaction eligibility and applicant identity
- Processing customer record creation, update and changes of details requests
- Processing requests for duplicate / replacement documents
- Processing customer payments, and management of tokens of payment and receipts
- Processing refunds and reimbursements
- Secure stock distribution and storage
- Secure forwarding of documents to Authority premises and / or secure destruction of documents
- Capture of biometric information in support of transactions, which may include but is not limited to facial photograph, signature and fingerprints
- Provision of mobile and temporary static facilities for transaction processing
- Provision of customer reporting / check in points
- Provision of customer collection points
On the basis of current usage by DVLA; future policy and legislative developments affecting DVLA functions; and anticipated take-up by the Organisations listed above, the midpoint value of this Framework Agreement over 7 years is GBP 450m or GBP 650m if the contracting authority exercises the option to extend by a maximum of 3 years. The contract authority have utilised the extension period of 3 years and a further 6 months. This is not a guaranteed figure and the final value may be greater or less than this. Given the difficulty in predicting the extent to which categories of service and volumes of transactions may develop, it is not possible to provide a reliable indicative value range. The midpoint value figure stated is therefore a current best estimate. The transactions being provided to DVLA under the Initial Call Off Agreement are those in relation to driver licensing in Great Britain, and vehicle registration and Vehicle Excise Duty (VED) collection throughout the United Kingdom and include, although are not limited to, the following:
- Processing of vehicle licensing transactions and the collection of vehicle tax revenue, including the issue of cash equivalent tokens of payment (Vehicle Excise Duty (VED) disc) and processing of Statutory Off Road Notification (SORN) applications
- Issuing of duplicate VED discs and the provision of ancillary secure stock handling and management services
- Processing of driver licensing transactions including those transactions requiring customer biometric information capture, and the collection of associated fees, including;
o licence applications
o licence renewal
o licence replacement
o licence exchange
- Processing of digital tachograph card transactions requiring reading / updating of smart tachograph cards, and the collection of associated fees
- Collection and processing of counter service transaction payments, including the provision of payment recovery services for failed payments and the processing of refund or reimbursement applications and / or payments
- Verification of transaction eligibility, applicant identity and validity of supporting documentations as appropriate for counter service transactions, processing customer record creation and update within transactions, and the provision of ancillary secure processes, including secure document handling and management services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2013/S 033-051563
Section five. Award of contract
Title
PS/11/25 Core Counter Service Transactions
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 November 2012
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Post Office Ltd
148 Old Street
London
EC1V 9HQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £650,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The contract authority have utilised the extension period of 3 years and a further 6 months. This is not a guaranteed figure and the final value may be greater or less than this.
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 3454102222
Country
United Kingdom
Internet address
https://www.crowncommercial.gov.uk/
six.4.2) Body responsible for mediation procedures
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 3454102222
Country
United Kingdom
Internet address
https://www.crowncommercial.gov.uk/
six.4.4) Service from which information about the review procedure may be obtained
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 3454102222
Country
United Kingdom