Stotles logo
Awarded

Administration services

Published

Supplier(s)

Agilisys Ltd, Amion, Business and Enterprise Commercial Limited, Capita Business Services Ltd T/a Capita IT Enterprise Services, Centre Sustainable Energy, CFE (Research & Consulting) Ltd trading as CFE Research,, Charis Grants Limited, Databuild Research & Solutions, East Midlands Business Ltd, Ecory's UK Ltd, Environmental Trust Scheme Regulatory Body, Eunomia Researching and Consulting, Groundwork UK, Hall Aitken Associates Ltd, Helix Innovation Partnerships Ltd (trading as Helix), ICF CONSULTING SERVICES LIMITED (Primary), IFF Resarch, Ipsos Mori, LGC Ltd, Natcen, NFER, New Philanthropy Capital, Office of Public Management Ltd, Optimisa Research, Project North East (trading as PNE Group), PwC, RAND Europe Community Interest, RiskSol Consulting Ltd, Rocket Science UK Ltd (trading as Rocket Science), Social Investment Business, The Big Lottery Fund, The Innovation Partnership Ltd, TNS UK Ltd (trading as TNS BMRB), UK Community Foundations

Description

Crown Commercial Service as the contracting authority has put in place a pan government Framework Agreement for use by UK public sector bodies (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. The above contracting authority(s) had a need for Grants and Programmes Services (GP&S). The Services covered by the Procurement were sub-divided into 5 Lots, namely: Lot 1: G&PS Administration Services; Lot 2: Communication, Promotions and Support to understand G&PS; Lot 3: G&PS Policy Design and Implementation; Lot 4: G&PS Programme Evaluation; Lot 5: G&PS Managed Service. Each Lot set out the scope of work that a Supplier would be required to undertake under each lot. Contracting Authority Call Off requirements under a Lot may be for 1, any number and combination of, or all the Services within that specific Lot. Suppliers had the opportunity to bid for any of Lots 1 to 4. Lot 5 was different from the other Lots (1-4) in terms of bidding requirements in that Suppliers did not bid directly for, but expressed an interest in Lot 5, and become eligible to be awarded Lot 5 by virtue of having bid for and been successful at all of Lots 1, 2 and 3 inclusive. If a Supplier was successful at Lots 1, 2 and 3 inclusive then they were eligible and were awarded Lot 5, either as Lot 5 on its own (if indicated in the response to Attachment 2, Participation requirement and Selection Questionnaire SQ1.3 that only want to be awarded Lot 5) or as part of a multiple lot award i.e. Lots 1, 2, 3 and 5. If Suppliers failed to be successful at any Lot out of Lots 1, 2 or 3 then they have not been considered for award of Lot 5, either on its own or as part of a multi Lot award. If an interest was expressed in Lot 5 or bid submitted for other Lots as well as having expressed an interest in Lot 5, then failure to get the required Lots for award of Lot 5 did not prevent Suppliers from being considered for (in line with evaluation procedures at paragraphs 9 onward in Attachment 1 ITT) and being successful in any of the other Lot(s) that had bid for (i.e. Lots 1, 2, 3 or 4). Suppliers were able to bid for and be successful (in accordance with evaluation procedures and final decision to award at paragraphs 8 and 12 in the ITT) on multiple Lots i.e. successful suppliers were not limited on the number of Lots they may appear on. Suppliers on the Framework Agreement will only be able to bid for Call Off Contracts competed under the Lot in which the Supplier is listed — the Lot at which the Supplier has been successful at this Framework level Procurement. Where a Supplier has bid for Lots 1, 2 and 3 and expressed an interest in Lot 5 and is successful in their bid they had the option of being listed on Lots 1, 2, 3 and 5 or on Lot 5 only. If a Supplier choose to be on Lot 5 only they will not be permitted to participate in competitions for services under Lots 1, 2 or 3. Suppliers are deemed not capable of delivering the services under Lots 1, 2 and 3 if they elected to be on Lot 5 only. The duration of the framework agreement is 2 years plus the option for 2 12-month extensions (potentially a 4 year total framework).

Timeline

Publish date

8 years ago

Buyer information

Crown Commercial Service

Email:
supplier@crowncommercial.gov.uk

Explore contracts and tenders relating to Crown Commercial Service

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Crown Commercial Service

Explore more open tenders, recent contract awards and upcoming contract expiries published by Crown Commercial Service.

Explore more suppliers to Crown Commercial Service

Sign up