Published date: 14 December 2017

Last edited date: 14 December 2017

This notice was replaced on 13 August 2018

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

Awarded contract (published 13 August 2018)

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

  • IT services: consulting, software development, Internet and support - 72000000

Location of contract

Any region

Value of contract

£8,000,000

Procurement reference

RM3802 REVISED

Published date

14 December 2017

Closing date

23 January 2018

Contract start date

3 July 2018

Contract end date

3 July 2021

Contract type

Service contract

Procedure type

Competitive procedure with negotiation (above threshold)

Anyone may ask to participate, but only those who are pre-selected will be invited to submit initial tenders and to negotiate.

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

URGENT ATTENTION: SEE NEW ATTACHMENT WITH JOINING INSTRUCTIONS FOR DECEMBER WEBINAR. Technology Expense Management Webinar to be held on Tuesday 19th December, 13:30 to 15:00, joining instructions now attached.

The contracting authority wishes to establish a two single supplier Framework Agreement for the provision
of Technology Expense Management services for the benefit of UK public sector bodies, which include
Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public
Bodies, NHS bodies, Local Authorities, Health, Police, Fire and Rescue, Education, Charities and Devolved
Administrations. A description of the services required for each Lot can be found in section II.2 of Contract Notice (attached). The
services covered by this Procurement will be divided into 2 Lots; one for Central Government (Lot 1) and
one for Wider Public Sector (Lot 2). This split will allow us to provide a closer focus on the two customer
markets and allow greater on-boarding capacity for each customer market sector. There will be only one supplier for each Lot, however in extreme circumstances, there may be a request from the contracting authority, to take on additional work from the other Lot.
PLEASE ENSURE YOU ALSO READ THE MORE DETAILED INFORMATION IN THE OJEU CONTRACT NOTICE (PROVIDED AS AN ATTACHMENT) BEFORE DECIDING WHETHER YOU WISH TO PARTICIPATE IN THIS PROCUREMENT.


More information

Attachments

Additional text

Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contract Regulations 2015, as amended (implementing Title II, Chapter III, Section 3, Subsection i of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender (ITT). This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, Potential Providers must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link Register for CCS eSourcing. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the eSourcing Suite, a registered user can express an interest in participating in a specific procurement. This is done by emailing expressionofinterest@crowncommercial.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite.

The value provided in Section II.1.5 of the Contract Notice (attached) is an estimate. We cannot guarantee to Suppliers any business through this Framework Agreement. The Authority reserves the right (i) not to award any contract as a result of the
procurement process commenced by publication of this notice; and (ii) to make whatever changes it may
see fit to the content and structure of the tendering competition. In no circumstances will the Authority be
liable for any costs incurred by the candidates. The Authority reserves the right (following the evaluation of
Tender 1), and after the conclusion of the demonstration/negotiation meetings, to ask for the Final Tender.
As part of this Opportunity Notice, two lists detailing potential customers have been supplied as attachments. Potential providers should be aware that the authority will not award Lot 1 and Lot 2 to suppliers that are using the same software provider. Both 'authority' and 'contracting authority' refer to Crown Commercial Service.
IMPORTANT NOTE: The authority has the option to extend the duration of the Framework Agreement by up to 12 months following the expiry of the initial 3 years.


About the buyer

Contact name

Asset Management - TEM Project TEM

Address

Rosebery Court, St Andrews Business Park
Norwich
NR7 0HS
England

Telephone

+44 3450103503

Email

expressionofinterest@crowncommercial.gov.uk