Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Kent County Council (T/A Procurement Services)
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.commercialservices.org.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Business-and-management-consultancy-and-related-services./UD227JG6U3
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Business Support Services Y25005
Reference number: Y25005
II.1.2) Main CPV code
79400000
II.1.3) Type of contract
Services
II.1.4) Short description
This Framework will cover the provision of business support Services to help organisations with maintaining internal operations, ensuring a smooth workflow, compliance and overall efficiency. Awarded Suppliers will be expected be able to provide all of the below requirements, including but not limited to:
•Advisory and Consultancy services
•Aged debt recovery
•Audit services
•Compliance services
•Customer service solutions
•Financial services
•HR services
•IT services
•Operational support
•Payroll
•Procurement Services including Contract Management
•Project Management
•Source-to-pay
•Workplace automation and digitalisation
II.1.5) Estimated total value
Value excluding VAT:
750 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79400000
79410000
79411100
79900000
79631000
72000000
79414000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
This Framework will cover the provision of business support Services to help organisations with maintaining internal operations, ensuring a smooth workflow, compliance and overall efficiency. Awarded Suppliers will be expected be able to provide all of the below requirements, including but not limited to:
•Advisory and Consultancy services
•Aged debt recovery
•Audit services
•Compliance services
•Customer service solutions
•Financial services
•HR services
•IT services
•Operational support
•Payroll
•Procurement Services including Contract Management
•Project Management
•Source-to-pay
•Workplace automation and digitalisation
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
750 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
All Public Bodies will have access to this Framework Agreement with the agreement
with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the
Invitation to Tender document
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/03/2025
Local time: 14:15
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Business-and-management-consultancy-and-related-services./UD227JG6U3
To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/UD227JG6U3
GO Reference: GO-202524-PRO-29301564
VI.4) Procedures for review
VI.4.1) Review body
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: www.commercialservices.org.uk
VI.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: www.commercialservices.org.uk
VI.5) Date of dispatch of this notice
04/02/2025