Published date: 5 March 2021

Last edited date: 9 March 2021

This notice was replaced on 19 April 2021

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 19 April 2021)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Administration, defence and social security services - 75000000

  • Social services - 85320000

Location of contract

United Kingdom

Value of contract

£1,500,000,000

Procurement reference

RM6255

Published date

5 March 2021

Closing date

22 March 2021

Closing time

10am

Contract start date

8 April 2021

Contract end date

7 April 2025

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Voucher Schemes for use by Central Government and UK public sector bodies.

Following market and customer engagement, the Framework will comprise of a single lot in order to improve competition and maximise potential economies of scale and operational efficiencies to the Buyers.

Please note the value is an estimate that includes the face value of the vouchers and other benefits provided to Buyers and end Recipients.

The framework is for an initial period of 24 months with the option to extend for 2 further periods of 12 months at the discretion of CCS.

A framework contract will be awarded to all bidders who achieve or exceed a final score of 45.

It is intended that this commercial agreement will be the recommended vehicle for Voucher Schemes required by UK Central Government and public sector bodies, including those with locations overseas.

It is anticipated that the service will cover a range of government funded voucher schemes for the Recipient.

The service will be required to be delivered through Suppliers on-line portal with multi-media access. (The security of personal data will be subject to assurance by the CCS Senior Information Risk Officer).

The Supplier shall deliver fully managed Closed Loop Voucher Schemes, comprising of the design and implementation of schemes and the sourcing, delivery and administration of Closed Loop Vouchers and schemes. All mandatory requirements detailed in Framework Schedule 1 (Specification).


More information

Previous notice about this procurement

Voucher Schemes

  • Future opportunity
  • Published 29 January 2021

Attachments

Links

Additional text

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.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. Minimum Standards of Reliability as set out in the ITT Attachment 2a Selection Questionnaire

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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222.


About the buyer

Contact name

The Minister for the Cabinet Office acting through Crown Commercial Service

Address

The Capital Building, Old Hall Street
Liverpool
L3 9PP
England

Telephone

+44 3450103503

Email

supplier@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs