Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Debt Resolution Services

  • First published: 08 January 2022
  • Last modified: 08 January 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
08 January 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of Managed Collection Services. Suppliers were required to provide a managed service of DCA Subcontractors to ensure all aspects of the Service Specification are delivered securely and to time and quality requirements, as well as in line with the Standards specified in the Framework Contract. Supplier’s receiving all cases from Buyers will distribute them to DCA Subcontractors.

Suppliers have provided a case management system and will add value to debt collection services through the effective use of data and analytics, and maintaining effective supplier, contract, and relationship management. Suppliers will deliver all the mandatory requirements as detailed in Framework Schedule 1 Specification.

CCS has awarded a Framework Contract to two (2) suppliers.

This competition resulted in the award of this Lot 1 Framework Contract by CCS, and a Lot 1 CallOff Contract by HMRC as detailed in the ITT documents.

HMRC seeks to award its Call-Off Contract for Lot 1 (Managed Collection Services) to the highest ranking supplier awarded a Framework Contract for Lot 1 (Managed Collection Services).

The award of HMRC’s Lot 1 Call-Off Contract cannot be made unless and until the Lot 1 Framework Contract has been executed and the Conditions Precedent, set out in the Framework Contract and HMRC’s Call-Off Contract, have been complied with by the Supplier.

All Lot 1 Bidders acknowledged and accepted that in submitting a tender for CCS’ Lot 1 Framework Contract and HMRC’s Lot 1 Call-Off Contract, that CCS must first award and execute the Framework Contracts before HMRC’s Call-Off Contract HMRC’s Lot 1 Call-Off Contract may be awarded and executed, under and in accordance with Framework Schedule 7 (Call-Off Award Procedure). All Lot 1 Bidders therefore agreec that their tenders for HMRC’s Lot 1 Call-Off Contract shall remain open for acceptance by HMRC until 90 days after the execution of the Lot 1 Framework Contracts by CCS and the Supplier.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3150103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Debt Resolution Services

Reference number: RM6226

II.1.2) Main CPV code

79940000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service has put in place an agreement for the provision of Debt Resolution Services for use by all UK public sector bodies.

Debt Resolution Services (DRS) is a Multi-Lot Framework Agreement available for use by UK public sector bodies and future successor organisations which includes Central Government Departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities.

This Framework Agreement replaces the Debt Management Integrator RM6180 Framework which has now expired and the Debt Management Services RM6208 framework which will expire on 03/06/2022. It is for delivery primarily within the United Kingdom, with some limited requirements overseas.

The key core services include:

• debt prevention services,

• managed debt collection services (managing multiple collection agencies),

• debt collection agency services (including International Collections),

• enforcement/warrant recovery services,

• debt analytics (including open-banking and complimentary data and analytics),

• data aggregation and analysis services,

• debt analytics/solutions software and integration,

• spend recovery analysis,

• debt business process outsourcing,

• fraud and error prevention and analysis,

• debt advice and guidance services.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 645 000 000.00  GBP

II.2) Description

Lot No: Lot 2

II.2.1) Title

Lot 2 FED Data Solutions Services

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of FED Data Solutions Services to enable Buyers who will require access to individual or multiple items of data in a variety of formats that they can receive from the Supplier via secure online access to Supplier systems or via other agreed secure medium. The Supplier will provide access to data and information that matches items within the requirement. This lot enabled Buyers to create bespoke data and report requests, it caters for a broad range of potential Buyer requirements.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, Final Score of 32.72

Lot No: Lot 3

II.2.1) Title

Lot 3 Affordability Assessment and Monitoring

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Affordability Assessment and Monitoring services. The Lot included the provision of automated assessment and validation of personal financial circumstances, automated completion and validation of income and expenditure, using the Supplier’s platform, relevant technology and data including CRA data and open banking.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80

Lot No: Lot 4

II.2.1) Title

Lot 4 FED Advisory

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of FED Advisory Services where Suppliers shall provide subject matter expert personnel with the appropriate security clearances (as proscribed by the Buyer) to deliver a range of advisory service to the Buyer relating to FED including;

i. The design of new FED processes or services

ii. The review and improvement of existing FED and income generating services

iii. The review and implementation of externally procured FED and income generating products and services

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80

Lot No: Lot 5

II.2.1) Title

Lot 5 Enforcement Services

II.2.2) Additional CPV code(s)

72212440

72212441

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Enforcement Services which included the collection of monies owed to the Buyer through the application of enforcement activity inline with the Ministry of Justice Taking Control of Goods: National Standards (April 2014).

The lot covers a range of national and local enforcement services requirements underpinning the key deliverables.

The services included:

● Visits

● Immobilising Vehicles and Taking Control of Goods

● Sale of Goods

● Information Sharing and Targeted Enforcement

● Warrants of Arrest (Bail and no Bail and Committal)

● Optional Service - International Enforcement / Foreign Registered Vehicles

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90% Technical

Price / Weighting:  10%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 45.32

Lot No: Lot 6

II.2.1) Title

Lot 6 Litigation Services England and Wales

II.2.2) Additional CPV code(s)

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75242110

79100000

79110000

79211200

79212000

79223000

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Litigation Services for England and Wales (including the appropriate alternative action in Northern Ireland). The services included:

a. Judgement or equivalent Order to Enforce (as agreed with the Buyer)

b. Pre-enforcement / Early action Case Management

c. Pre litigation verification

d. Warrant of Execution (County Court - bailiff to attend Customer’s address);

e. Attachment of Earnings;

f. Writ of Fi Fa (High Court);

g. High Court Enforcement Agent Service;

h. Third Party Debt Order;

i. Charging Order (and apply for restriction)

j. Drive-by Asset Valuation

k. Order for Sale

l. Order to obtain information;

m. Bankruptcy (insolvency, including CVA, IVA proposals and Debt Arrangement Schemes (Scotland);

n. Order for Possession;

o. Freezing Injunctions and search orders;

p. Tomlin Order (court action is stayed);

q. European Orders for Payment;

r. European Small Claims Procedure or European Enforcement Order (if appropriate).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80

Lot No: Lot 7

II.2.1) Title

Lot 7 Scottish Litigation Services

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Scottish Litigation Services (including the appropriate alternative action in Northern Ireland):

The services included:

A. Judgement or equivalent Order to Enforce (as agreed with the Buyer)

B. Pre-enforcement / Early action Case Management

C. Pre litigation verification

D. Warrant of Execution (County Court - bailiff to attend Customer’s address);

E. Attachment of Earnings;

F. Writ of Fi Fa (High Court);

G. High Court Enforcement Agent Service;

H. Third Party Debt Order;

I. Charging Order (and apply for restriction)

J. Drive-by Asset Valuation

K. Order for Sale

L. Order to obtain information;

M. Bankruptcy (insolvency, including CVA, IVA proposals and Debt Arrangement Schemes (Scotland);

N. Order for Possession;

O. Freezing Injunctions and search orders;

P. Tomlin Order (court action is stayed);

Q. European Orders for Payment;

R. European Small Claims Procedure or European Enforcement Order (if appropriate).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80

Lot No: Lot 8

II.2.1) Title

Lot 8 UK Auctioneers - London

II.2.2) Additional CPV code(s)

72212100

72212211

72212990

72220000

72225000

73120000

75000000

75100000

75110000

75130000

75131000

79100000

79111000

79112000

79140000

79223000

79342400

79342410

79510000

79511000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Auctioneer Services for the London Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of

assets, property, equipment or materials for a variety of Buyers and volumes.

Services required under this lot included a more specialist service including but not exclusive to;

● High value motor vehicles;

● High value boats and yachts

● High value commercial or residential property

● Specialised machinery and Equipment (including plant);

● Computers and Accessories;

● Electrical Goods

● Goods that need a special licence or permit

● On-line only asset disposal

The Auctioneers Services also includes but not limited to:

-Returning the Customer’s Goods

-Sale - Auction Planning and Advertising

-Sale - Auction Salesroom Services

-Progress Reports

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 9

II.2.1) Title

Lot 9 UK Auctioneers - South

II.2.2) Additional CPV code(s)

72212100

72212211

72212990

72220000

72225000

73120000

75000000

75100000

75110000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79223000

79342400

79342410

79510000

79511000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Auctioneer Services for the South Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of

assets, property, equipment or materials for a variety of Buyers and volumes.

Services required under this lot included a more specialist service including but not exclusive to;

● High value motor vehicles;

● High value boats and yachts

● High value commercial or residential property

● Specialised machinery and Equipment (including plant);

● Computers and Accessories;

● Electrical Goods

● Goods that need a special licence or permit

● On-line only asset disposal

The Auctioneers Services also includes but not limited to:

-Returning the Customer’s Goods

-Sale - Auction Planning and Advertising

-Sale - Auction Salesroom Services

-Progress Reports

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 10

II.2.1) Title

Lot 10 UK Auctioneers - Midlands

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Auctioneer Services for the Midlands Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of

assets, property, equipment or materials for a variety of Buyers and volumes.

Services required under this lot included a more specialist service including but not exclusive to;

● High value motor vehicles;

● High value boats and yachts

● High value commercial or residential property

● Specialised machinery and Equipment (including plant);

● Computers and Accessories;

● Electrical Goods

● Goods that need a special licence or permit

● On-line only asset disposal

The Auctioneers Services also includes but not limited to:

-Returning the Customer’s Goods

-Sale - Auction Planning and Advertising

-Sale - Auction Salesroom Services

-Progress Reports

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 11

II.2.1) Title

Lot 11 UK Auctioneers - North

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Auctioneer Services for the North Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of

assets, property, equipment or materials for a variety of Buyers and volumes.

Services required under this lot included a more specialist service including but not exclusive to;

● High value motor vehicles;

● High value boats and yachts

● High value commercial or residential property

● Specialised machinery and Equipment (including plant);

● Computers and Accessories;

● Electrical Goods

● Goods that need a special licence or permit

● On-line only asset disposal

The Auctioneers Services also includes but not limited to:

-Returning the Customer’s Goods

-Sale - Auction Planning and Advertising

-Sale - Auction Salesroom Services

-Progress Reports

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 12

II.2.1) Title

Lot 12 UK Auctioneers - Wales

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Auctioneer Services for the Wales Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of

assets, property, equipment or materials for a variety of Buyers and volumes.

Services required under this lot included a more specialist service including but not exclusive to;

● High value motor vehicles;

● High value boats and yachts

● High value commercial or residential property

● Specialised machinery and Equipment (including plant);

● Computers and Accessories;

● Electrical Goods

● Goods that need a special licence or permit

● On-line only asset disposal

The Auctioneers Services also includes but not limited to:

-Returning the Customer’s Goods

-Sale - Auction Planning and Advertising

-Sale - Auction Salesroom Services

-Progress Reports

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 13

II.2.1) Title

Lot 13 UK Auctioneers - Northern Ireland

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Auctioneer Services for the Northern Ireland Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of

assets, property, equipment or materials for a variety of Buyers and volumes.

Services required under this lot included a more specialist service including but not exclusive to;

● High value motor vehicles;

● High value boats and yachts

● High value commercial or residential property

● Specialised machinery and Equipment (including plant);

● Computers and Accessories;

● Electrical Goods

● Goods that need a special licence or permit

● On-line only asset disposal

The Auctioneers Services also includes but not limited to:

-Returning the Customer’s Goods

-Sale - Auction Planning and Advertising

-Sale - Auction Salesroom Services

-Progress Reports

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 14

II.2.1) Title

Lot 14 Process Servers

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Process Server Services where Suppliers are required to serve a variety of documents on individuals and businesses throughout England and Wales.

The documents to be served included:

A. Statutory Demands – the Supplier shall serve on individuals and partnerships

B. Bankruptcy petitions may be filed in the High/County Court when a statutory demand is unpaid and the Supplier then shall also serve this on the individual if directed by the Buyer

C. Winding Up Petitions (Partnerships) - when a Statutory Demand is unpaid, the Supplier shall serve on partnerships if directed by the Buyer.

D. Winding Up Petitions (Companies) When a formal demand letter has been posted and remains unpaid, the Supplier shall serve a Winding Up Petition on a company if directed by the Buyer

This Lot requires Suppliers who shall provide the premises, equipment and resources for the provision of the service which also included a Tracing service.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90

Lot No: Lot 15

II.2.1) Title

Lot 15 Spend Analytics and Recovery Services

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Spend Analytics and Recovery Services. Suppliers are required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.

Lot 15 specifically relates to Accounts Payable Review services which included:

A. Statement Review: provision of review and comparison of ledgers and trading accounts to identify, report and recover any unallocated amounts, credit notes or other credit balances due back to the OSP.

B. Duplicates and Payment Error Review: provision of a review of historic OSP invoices and payments to identify, report and recover any instances of payment errors through the incorrect or erroneous processing of invoices and the subsequent payments made.

C. VAT Error Review: provision of analysis of accounts payable data, transactions and the OSP invoices to identify any instances where VAT has been incorrectly input into the Buyers Accounts Payable system.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 35.00

Lot No: Lot 16

II.2.1) Title

Lot 16 SARS General Compliance Review

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72220000

72221000

72300000

72310000

72311000

72311100

72312000

72312100

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79311400

79313000

79330000

79400000

79410000

79411000

79412000

79500000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision SARS General Provision Review. Suppliers will be required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.

Suppliers on this Lot will specifically provide Contract Compliance General Reviews of contracts and related data held by the Buyer with its OSPs for the supply of goods and services. The review shall identify, investigate, report and recover any overpayments or under-recovered balances due to The Buyer because of OSP non-compliance or failure to implement the full benefit of negotiated agreements, including but not limited to; Pricing, Discounts, Volume and/or Value related bonuses

and Service Credits.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60

Lot No: Lot 17

II.2.1) Title

Lot 17 Utilities Spend Recovery Review

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision SARS Utilities Spend Recovery Review. Suppliers were required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.

The review included, but not limited to the Analysis of;

● Tariff Analysis

● Distribution Charges

● Transmission Charges

● Metering Charges

● VAT

● Climate Change Levy

● Environmental Costs

● Capacity Charges

● Data Collection Charges

● Water Drainage Charges

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60

Lot No: Lot18

II.2.1) Title

Lot 18 Telecommunications Spend Recovery Review

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision SARS Telecommunications Spend Recovery Review. Suppliers were required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.

The review included, but not limited to the analysis of;

● Public Switch Telephone Network (PSTN) lines

● Call Plans

● Multi-Protocol Label Switching (MPLS) / Ethernet

● Leased Line Services

● Maintenance Charges

● Mobile Voice/Data charges

● Other areas of overcharging, such as incorrect VAT classification and input, redundant or nonexistent services, bill calculation errors, duplicated bills, unclaimed credits and unallocated amounts relating to the supply of Fixed Line and Mobile Telecoms

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60

Lot No: Lot 19

II.2.1) Title

Lot 19 Specialist VAT Review

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision SARS Specialist VAT Review. Suppliers were required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.

The review included, but not limited to the analysis of;

● Input and Output VAT

● VAT Rates

● Exemption Calculations

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60

Lot No: Lot 20

II.2.1) Title

Lot 20 Managed Enforcement Services

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

75242110

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Provision of Managed Enforcement Services. This Lot will provide a managed service of any EA

Subcontractors to ensure; all aspects of The Service are delivered securely and to time and quality

requirements, and in line with the Standards.

The Enforcement action requirements includes but not limited to;

a. Visits

b. Immobilising Vehicles and Taking Control of Goods

c. Sale of Goods

d. Information Sharing and Targeted Enforcement

Further details can be found in Schedule 1 - Annex I - Spend Managed Enforcement Services - Lot 20

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70% Technical

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The framework has been established for 48 months.

A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score minimum quality score of 29.90

Lot No: 1

II.2.1) Title

Lot1 Managed Debt Collection Services

II.2.2) Additional CPV code(s)

48440000

66170000

66171000

71621000

72000000

72212100

72212211

72212400

72212440

72212441

72212442

72212443

72212460

72212461

72212462

72212480

72212482

72212610

72212730

72212731

72212732

72212900

72212990

72220000

72221000

72225000

72300000

72310000

72311000

72311100

72312000

72312100

72312200

72313000

72314000

72315000

72315100

72315200

72316000

72317000

72318000

72319000

72320000

72321000

72322000

72330000

73000000

73100000

73110000

73120000

73200000

73210000

73220000

73300000

75000000

75100000

75110000

75112000

75120000

75130000

75131000

79100000

79110000

79111000

79112000

79140000

79200000

79210000

79211000

79211100

79211200

79212000

79212100

79212200

79212400

79223000

79311400

79313000

79330000

79342400

79342410

79400000

79410000

79411000

79412000

79500000

79510000

79511000

79512000

79570000

79571000

79620000

79621000

79700000

79720000

79721000

79940000

79994000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The provision of Managed Collection Services. Suppliers were required to provide a managed service of DCA Subcontractors to ensure all aspects of the Service Specification are delivered securely and to time and quality requirements, as well as in line with the Standards specified in the Framework Contract. Supplier’s receiving all cases from Buyers will distribute them to DCA Subcontractors.

Suppliers have provided a case management system and will add value to debt collection services through the effective use of data and analytics, and maintaining effective supplier, contract, and relationship management. Suppliers will deliver all the mandatory requirements as detailed in Framework Schedule 1 Specification.

CCS has awarded a Framework Contract to two (2) suppliers.

This competition resulted in the award of this Lot 1 Framework Contract by CCS, and a Lot 1 CallOff Contract by HMRC as detailed in the ITT documents.

HMRC seeks to award its Call-Off Contract for Lot 1 (Managed Collection Services) to the highest ranking supplier awarded a Framework Contract for Lot 1 (Managed Collection Services).

The award of HMRC’s Lot 1 Call-Off Contract cannot be made unless and until the Lot 1 Framework Contract has been executed and the Conditions Precedent, set out in the Framework Contract and HMRC’s Call-Off Contract, have been complied with by the Supplier.

All Lot 1 Bidders acknowledged and accepted that in submitting a tender for CCS’ Lot 1 Framework Contract and HMRC’s Lot 1 Call-Off Contract, that CCS must first award and execute the Framework Contracts before HMRC’s Call-Off Contract HMRC’s Lot 1 Call-Off Contract may be awarded and executed, under and in accordance with Framework Schedule 7 (Call-Off Award Procedure). All Lot 1 Bidders therefore agreec that their tenders for HMRC’s Lot 1 Call-Off Contract shall remain open for acceptance by HMRC until 90 days after the execution of the Lot 1 Framework Contracts by CCS and the Supplier.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 45%

Price / Weighting:  55

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-017287

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/12/2021

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See the full supplier list within Contracts Finder

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 645 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/7df186f2-8728-4aea-a789-10ffda5a3b63

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.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

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

07/01/2022

Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal services
79211000 Accounting services Accounting and auditing services
72212443 Accounting software development services Programming services of application software
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
72321000 Added-value database services Database services
75100000 Administration services Administration, defence and social security services
75000000 Administration, defence and social security services Defence and security
75112000 Administrative services for business operations General public services
75120000 Administrative services of agencies Administration services
72212461 Analytical or scientific software development services Programming services of application software
72212460 Analytical, scientific, mathematical or forecasting software development services Programming services of application software
79342400 Auction services Marketing services
79212000 Auditing services Accounting and auditing services
75242110 Bailiff services Public law and order services
79211100 Bookkeeping services Accounting services
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
72212482 Business intelligence software development services Programming services of application software
72212400 Business transaction and personal business software development services Programming services of application software
79512000 Call centre Telephone-answering services
79940000 Collection agency services Miscellaneous business and business-related services
79211200 Compilation of financial statements services Accounting services
72311000 Computer tabulation services Data-processing services
72330000 Content or data standardization and classification services Data services
79994000 Contract administration services Miscellaneous business-related services
79223000 Custom broker services Fiscal services
72316000 Data analysis services Data-processing services
72313000 Data capture services Data-processing services
72314000 Data collection and collation services Data-processing services
72311100 Data conversion services Computer tabulation services
72312000 Data entry services Data-processing services
72322000 Data management services Database services
72315000 Data network management and support services Data-processing services
72315200 Data network management services Data network management and support services
72315100 Data network support services Data network management and support services
72312100 Data preparation services Data entry services
72212732 Data security software development services Programming services of application software
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
72319000 Data supply services Data-processing services
72318000 Data transmission services Data-processing services
72320000 Database services Data services
72212610 Database software development services Programming services of application software
72310000 Data-processing services Data services
73300000 Design and execution of research and development Research and development services and related consultancy services
79721000 Detective agency services Investigation services
73220000 Development consultancy services Research and development consultancy services
79311400 Economic research services Survey services
79342410 Electronic auction services Marketing services
73120000 Experimental development services Research and experimental development services
72212731 File security software development services Programming services of application software
72212440 Financial analysis and accounting software development services Programming services of application software
48440000 Financial analysis and accounting software package Business transaction and personal business software package
72212441 Financial analysis software development services Programming services of application software
79212100 Financial auditing services Auditing services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79412000 Financial management consultancy services Business and management consultancy services
72212442 Financial systems software development services Programming services of application software
79212400 Fraud audit services Auditing services
79411000 General management consultancy services Business and management consultancy services
75110000 General public services Administration services
75131000 Government services Supporting services for the government
72212100 Industry specific software development services Programming services of application software
79212200 Internal audit services Auditing services
79700000 Investigation and security services Business services: law, marketing, consulting, recruitment, printing and security
79720000 Investigation services Investigation and security services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79140000 Legal advisory and information services Legal services
79110000 Legal advisory and representation services Legal services
79111000 Legal advisory services Legal advisory and representation services
79112000 Legal representation services Legal advisory and representation services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
79571000 Mailing services Mailing-list compilation and mailing services
79570000 Mailing-list compilation and mailing services Office-support services
72212462 Mathematical or forecasting software development services Programming services of application software
72212900 Miscellaneous software development services and computer systems Programming services of application software
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
72312200 Optical character recognition services Data entry services
79313000 Performance review services Market research services
72212211 Platform interconnectivity software development services Programming services of application software
73200000 Research and development consultancy services Research and development services and related consultancy services
73000000 Research and development services and related consultancy services Research and Development
73100000 Research and experimental development services Research and development services and related consultancy services
73210000 Research consultancy services Research and development consultancy services
73110000 Research services Research and experimental development services
72212480 Sales, marketing and business intelligence software development services Programming services of application software
72212730 Security software development services Programming services of application software
72212990 Spreadsheets and enhancement software development services Programming services of application software
79330000 Statistical services Market and economic research; polling and statistics
79621000 Supply services of office personnel Supply services of personnel including temporary staff
79620000 Supply services of personnel including temporary staff Recruitment services
75130000 Supporting services for the government Administration services
72225000 System quality assurance assessment and review services Systems and technical consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
71621000 Technical analysis or consultancy services Analysis services
79511000 Telephone operator services Telephone-answering services
79510000 Telephone-answering services Office-support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.