Financial Services Framework

A Tender Notice
by CRESCENT PURCHASING CONSORTIUM (CPC)

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£45M
Sector
BUSINESS
Published
09 Mar 2021
Delivery
To 12 Apr 2025 (est.)
Deadline
12 Apr 2021 11:00

Concepts

Location

UK

Geochart for 5 buyers and 0 suppliers

Description

The Framework will provide access to a comprehensive range of Financial Services. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/. It is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at http://www.dukefieldprocurement.co.uk/ojeu The Framework will be let across three Lots. There will be a maximum of 6 suppliers awarded a place on each of the three Lots.

Lot Division

1 Financial Services for Maintained Schools
  • Value: £15M

This lot is designed to provide financial services to maintained school. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework Lot.

2 Financial Services for Academies and Multi Academy Trusts
  • Value: £15M

This lot is designed to provide financial services to existing academies and multi academy trusts and those converting to academy status. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework Lot.

3 Financial Services for Wider Public Sector Organisations
  • Value: £15M

This Lot incorporates the provisions of both Lots 1 and 2 as they apply to public sector organisations in the wider public sector, i.e. those organisations who are not schools or Academies and Multi Academy Trusts. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance and audit, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework lot.

Renewal Options

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

CPV Codes

  • 66000000 - Financial and insurance services
  • 66171000 - Financial consultancy services
  • 48442000 - Financial systems software package
  • 80500000 - Training services
  • 79412000 - Financial management consultancy services
  • 48812000 - Financial information systems
  • 48440000 - Financial analysis and accounting software package
  • 79212100 - Financial auditing services
  • 72212440 - Financial analysis and accounting software development services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover a maximum number of lots.
  • Bids may cover one or more lots.
  • Options are available.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

CPC Internal Reference Number is CPC/DU/FIN/01. The framework is being delivered by Crescent Purchasing Limited through Crescent Purchasing Consortium and its partners Dukefield Procurement Limited (who are a subsidiary of Dukefield Limited). Dukefield Procurement Limited are acting as agents of Crescent Purchasing Consortium in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at https://suppliers.multiquote.com, the tender is available from the Opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights: (a) To terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) To make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) To award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation; (d) To disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) Seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) Where the Contracting Authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the Contracting Authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) Where the Contracting Authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the Contracting Authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications / discussion documents to the market where appropriate to the subject matter of this procurement. (h) The Contracting Authority will not be liable for any costs incurred by tenderers. (i) The value of the framework provided in section II.1.5 is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement; and (j) The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as stated in II.1.4. Tenderers should note, in reference to Section IV.1.3), Envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one Tenderer is tied with the same final evaluation score and are ranked in the last supplier award position within a particular Lot, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework Lot. The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number on any particular Lot, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot of this framework is 6th place on each of the three framework Lots. Therefore on a lot by lot basis, Tenderers within 0.5 %, along with the Tenderer in last placed position, shall be deemed to occupy the last Framework Agreement contract award position for each respective lot.

Reference

Domains