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 Notice

Service Provision for Financial Management Reform Costing Programme.

  • First published: 29 October 2015
  • Last modified: 29 October 2015
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
HM Treasury
Authority ID:
AA21737
Publication date:
29 October 2015
Deadline date:
27 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Her Majesty's Treasury (HMT) is seeking to establish a Framework Agreement for the provision of Financial Management Reform Costing Programme Services for HMT and other UK Central Government Departments and their Arm's Length Bodies (ALBs) and agencies; Non-Ministerial Departments and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations).

The duration of this Framework Agreement is for a 2-year period. The Contracting Authority may extend the duration of this Framework Agreement for any period or periods up to a maximum of 2 years in total from the expiry of the Initial Framework Period for a maximum of 2 consecutive further terms, each of these terms being up to a maximum of 12 months duration. Any extension will be exercised at the sole discretion of the Contracting Authority.

The main aim of this Framework Agreement is to support a more accurate costing and build costing capability across Her Majesty's Government (HMG). The Supplier shall work in partnership with the Contracting Authority and/or Other Contracting Authorities in delivering individual Costing Projects to drive understanding of costs in difficult, cross-cutting areas of Government spend.

A detailed description of the Services that the Potential Provider will be required to supply under this Framework Agreement are set out in full in Part A (Services) of Framework Schedule 2 of the Framework Agreement.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


HM Treasury

1 Horse Guards Road

London

SW1A 2HQ

UK

HM Treasury



supplier@crowncommercial.gov.uk


https://www.gov.uk/government/organisations/hm-treasury

https://gpsesourcing.cabinetoffice.gov.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Service Provision for Financial Management Reform Costing Programme.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Primarily in the UK with some limited requirements overseas.



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

5

Duration of the framework agreement

24

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

10 000 00040 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Her Majesty's Treasury (HMT) is seeking to establish a Framework Agreement for the provision of Financial Management Reform Costing Programme Services for HMT and other UK Central Government Departments and their Arm's Length Bodies (ALBs) and agencies; Non-Ministerial Departments and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations).

The duration of this Framework Agreement is for a 2-year period. The Contracting Authority may extend the duration of this Framework Agreement for any period or periods up to a maximum of 2 years in total from the expiry of the Initial Framework Period for a maximum of 2 consecutive further terms, each of these terms being up to a maximum of 12 months duration. Any extension will be exercised at the sole discretion of the Contracting Authority.

The main aim of this Framework Agreement is to support a more accurate costing and build costing capability across Her Majesty's Government (HMG). The Supplier shall work in partnership with the Contracting Authority and/or Other Contracting Authorities in delivering individual Costing Projects to drive understanding of costs in difficult, cross-cutting areas of Government spend.

A detailed description of the Services that the Potential Provider will be required to supply under this Framework Agreement are set out in full in Part A (Services) of Framework Schedule 2 of the Framework Agreement.

II.1.6)

Common Procurement Vocabulary (CPV)

79412000
66170000
66171000
79400000
79410000
79411000
79412000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

This Procurement is being managed and facilitated by Crown Commercial Service (CCS) (referred to as the Agent). The Agent is acting on behalf of the Contracting Authority throughout the Procurement process. The Financial Management Reform Costing Programme Framework Agreement will be between the successful Suppliers and the Contracting Authority and/or Other Contracting Authorities, not the Agent.

The Framework Agreement comprises of a single Lot which will be awarded to multiple Suppliers. The rationale for this decision is based on the constraints on public expenditure. Costing Projects can help identify efficiencies or transformative opportunities, particularly in complex, cross-cutting areas of government spend. This Procurement has not been sub-divided into separate lots because the HMT's Costing Centre of Excellence is required to deliver Costing Projects which will result in raising internal costing capabilities widely within different organisations across the whole of HMG. Delivering Costing Projects under a single lot will enable HMT to create a single version of what HMG spends on public services, and will improve HMT's ability to improve the robustness, relevance, consistency and timeliness of spending data to support effective monitoring of public spending by the centre of HMG. This in turn will enable the identification cost savings and improve cost effectiveness, and facilitate HMT to share costing capability more widely, in order to help HMG meets its objectives under the Financial Management Review.

The Contracting Authority and/or Other Contracting Authorities require external expertise and flexible resource to assist in the delivery of the Financial Management Reform Costing Programme. The Services required will include the provision of effective skills transfer and advice; including industry leading skills and expertise to supplement the capabilities of the Costing Centre of Excellence in the delivery of the Services required as detailed in Part A (Services) of Framework Agreement Schedule 2.

The Costing Centre of Excellence is made up of Contracting Authority and other HMG personnel with a purpose to ensure that internal costing capability is raised. Costing Projects will be undertaken according to best practice, and costing capability will be shared more widely across government.

10 000 00040 000 000
GBP

II.2.2)

Options

The Framework Agreement will be awarded for an initial term of 24 months, with an option to extend the duration for any period or periods up to a maximum of 2 years in total from the expiry of the Initial Framework Period for a maximum of 2 consecutive further terms, each of these terms being up to a maximum of 12 months duration. Any extension will be exercised at the sole discretion of the Contracting Authority.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Potential Providers will be advised if this is necessary during the Procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Contracting Authority if considered appropriate.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

No legal form is required but if a contract is awarded to a Group of Economic Operators, the Contracting Authority may require the Group of Economic Operators to form a legal entity before entering into the Framework Agreement.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Information and formalities necessary for evaluating if the requirements are met; Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015, (implementing Title II, Chapter III, Section 3, Sub-section 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 Agents e-Sourcing Suite. To participate in this Procurement, participants 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 e-Sourcing Suite can be found at: https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier/becoming-a-supplier-through-the-crown-commercial-service-what-you-need-to-know

Once you have registered on the eSourcing Suite, a registered user can express an interest for 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 registered Supplier; and

— the name and contact details for the registered individual sending the email.

The Agent will process the email and then enable the Supplier to access the Procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eenablement@crowncommercial.gov.uk

Responses must be published by the date in IV.3.4).

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if the requirements are met: potential Providers will be assessed on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1).

The Agent may take into account any of the following information:

(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of financial statements or extracts from the financial statements where the position of financial statements is required under the law of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.



As stated in the ITT.


III.2.3)

Technical capacity


Potential Providers will be assessed in accordance with Section 5 of the Regulations implementing the Directive,on the basis of information provided in response to an ITT. The Agent may take into account the following information:

(a) a list of the principal deliveries effected or the main Services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Where necessary in order to ensure an adequate level of competition, Contracting Authorities may indicate that evidence of relevant supplies or Services delivered or performed more than 3 years before will be taken into account; and

(b) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1).



As stated in the ITT.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Quality 70
Price 30

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RM4681

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 27-11-2015  15:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders




Electronically, via web-based portal.

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This Framework Agreement will be accessible for use by all UK Central Government Departments and their Arm's Length Bodies and agencies; Non-Ministerial Departments and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations). As at the publication of this Contract Notice the latest list of these Contracting Authorities can be found in the Office for National Statistics' Public Sector Classification Guide — Sept 2015 (see the ‘Central Government’ worksheet in the ‘Public Sector Classification Guide — Sept 2015’ spreadsheet found at: http://www.ons.gov.uk/ons/rel/na-classification/national-accounts-sector-classification/classification-update-and-forward-workplan--september-2015/rft-table-1.xls

Entities which are not public sector bodies may also use the Framework Agreements if the Contracting Authority is satisfied that:

— such entity is Call Off Agreement Services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account;

— all goods to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body(ies); and

— it will pass the benefit of the call-off contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.

This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and

(i) financed wholly or mainly by another Contracting Authority listed above in this section VI.3) of this notice;

(ii) subject to management supervision by another Contracting Authority listed above in this section VI.3) of this notice; or

(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another Contracting Authority listed above in this section VI.3) of this notice;

(iv) an association of or formed by one or more of the Contracting Authorities listed above in this section VI.3) of this notice.

Potential Providers should note that there may be some disruption to the eSourcing Suite during the Tender Period. The Agent will notify all Potential Providers in advance of any disruption. In the event of any disruption timetable will be adjusted accordingly.

Potential Providers should note that, in accordance with the UK Government's policies on transparency, the Agent intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redaction's at the discretion of the Agent. The terms of the proposed Framework Agreement will also permit a public sector Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redaction's at the discretion of the Contracting Authority. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

The Agent expressly 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; and in no circumstances will the Contracting Authority be liable for any costs incurred by the Potential Provider.

If the Contracting Authority decides to enter into a Framework Agreement with the successful Supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.

Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers.

Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework Agreement between the Supplier and the specific requesting Other Contracting Authorities. The Contracting Authority and Other Contracting Authorities utilising the Framework Agreement reserve the right to use any electronic portal during the life of the Framework Agreement.

The duration referenced in Section II.1.4) is for the placing of orders.

The value provided in Section II.1.4) is only an estimate. The Contracting Authority does not provide any guarantee in respect of the levels or aggregate value of the Services which the Contracting Authority shall require the Supplier to provide during the Framework Period.

In reference to Section II.1.4), Maximum number of participants allowed. Framework Agreements will be concluded with the maximum number of Potential Providers. This may increase only where 2 or more Potential Providers have tied scores and are placed in the last position. The Contracting Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position is 5th.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 26-10-2015

Coding

Commodity categories

ID Title Parent category
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
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
79411000 General management consultancy services Business and management consultancy 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.