Fund Administration & Disbursement Services DPS

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Dps (Services)
Duration
8 year
Value
£0-£280M
Sector
PROFESSIONAL
Published
28 Nov 2022
Delivery
To 16 Oct 2038 (est.)
Deadline
27 Nov 2030 00:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS), as the Authority, are creating a Pan Government Collaborative Agreement for the provision of fund administration and disbursement services. This is to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. This commercial agreement will be the recommended vehicle for all fund administration and disbursement services required by UK Central Government Departments. We are building on our existing administration services for grants, offering the same services but to broadened fund types including loans, entitlement benefits, hybrid schemes and other not-easily defined funding types. The agreement will be a Dynamic Purchasing System (DPS).

Total Quantity or Scope

Crown Commercial Service (CCS) is introducing a procurement vehicle for fund administration and disbursement services. Following an extensive period of market engagement with customers and suppliers, CCS are introducing a commercial agreement offering various administration and disbursement services for various fund types. The commercial vehicle for this agreement will be a Dynamic Purchasing System (DPS).

Renewal Options

Buyers may enter into a contract with a Supplier for a period of their determining which may exceed the RM6322 Fund Administration & Disbursement DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows Buyers to determine appropriate contracting timelines required to enable the Supplier to meet Buyers needs.

CPV Codes

  • 75100000 - Administration services
  • 48219300 - Administration software package
  • 66190000 - Loan brokerage services
  • 71248000 - Supervision of project and documentation
  • 72224000 - Project management consultancy services
  • 72591000 - Development of service level agreements
  • 75112000 - Administrative services for business operations
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 75310000 - Benefit services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79212000 - Auditing services
  • 79212400 - Fraud audit services
  • 79300000 - Market and economic research; polling and statistics
  • 79311410 - Economic impact assessment
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79320000 - Public-opinion polling services
  • 79340000 - Advertising and marketing services
  • 79341400 - Advertising campaign services
  • 79342100 - Direct marketing services
  • 79419000 - Evaluation consultancy services
  • 98910000 - Services specific to international organisations and bodies

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement 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 customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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 providing 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Some purchases under this DPS Agreement may have requirements that can be met under this DPS Agreement but the purchase of which may be exempt from the Regulations (as defined in READ FIRST RM6322- DPS Needs within the invitation to tender documentation). In such cases, Call-offs from this DPS will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the DPS and any Call-off Contracts to reflect that buyer’s specific needs.

Reference

Domains