Award

PS/11/25 Core Counter Service Transactions

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Award

07 Dec 2023 at 08:53

Summary of the contracting process

The Crown Commercial Service has awarded a contract worth GBP 650 million to Post Office Ltd for the provision of "Front Office" counter-based services related to driver licensing and vehicle registration across the UK. The contract, with an end date of June 20, 2024, falls under the services category and was awarded using a selective procurement method through a Competitive Dialogue process. The tender period ended on March 9, 2012.

This contract presents opportunities for businesses involved in post and courier services, telephone and data transmission services, data-processing services, and other related fields to participate in transaction processing, secure stock distribution, biometric information capture, and more. Small and medium-sized enterprises (SMEs) are deemed suitable for this contract, offering potential for growth and collaboration within the given industry categories and service requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PS/11/25 Core Counter Service Transactions

Notice Description

Supporting services for the government. Administration, defence and social security services. Post and courier services. Courier services. Mail delivery services. Parcel delivery services. Telephone and data transmission services. Data-processing services. Data entry services. Data capture services. Data transmission services. Computer-related management services. Administration services. Documentation services. Accounting, auditing and fiscal services. Accounting and auditing services. Accounting services. Market research services. Security services. Investigation services. Proof-reading services. Collection agency services. Photographic services. Specialised photography services. Stock-control services. Scanning services. The award of a Single Supplier Framework Agreement for the Provision of "Front Office" counter-based services, and the award of the DVLA Initial Call Off Agreement for the provision of a number of face-to-face Front Office Counter Services transactions at a national network of outlets throughout the UK (Great Britain and Northern Ireland). The transaction types available through the Single Supplier Framework Agreement include, but are not limited to, the following: - Capture and transmission of customer and transaction data - Verification of transaction eligibility and applicant identity - Processing customer record creation, update and changes of details requests - Processing requests for duplicate / replacement documents - Processing customer payments, and management of tokens of payment and receipts - Processing refunds and reimbursements - Secure stock distribution and storage - Secure forwarding of documents to Authority premises and / or secure destruction of documents - Capture of biometric information in support of transactions, which may include but is not limited to facial photograph, signature and fingerprints - Provision of mobile and temporary static facilities for transaction processing - Provision of customer reporting / check in points - Provision of customer collection points Additional information: On the basis of current usage by DVLA; future policy and legislative developments affecting DVLA functions; and anticipated take-up by the Organisations listed above, the midpoint value of this Framework Agreement over 7 years is GBP 450m or GBP 650m if the contracting authority exercises the option to extend by a maximum of 3 years. The contract authority have utilised the extension period of 3 years and a further 6 months. This is not a guaranteed figure and the final value may be greater or less than this. Given the difficulty in predicting the extent to which categories of service and volumes of transactions may develop, it is not possible to provide a reliable indicative value range. The midpoint value figure stated is therefore a current best estimate. The transactions being provided to DVLA under the Initial Call Off Agreement are those in relation to driver licensing in Great Britain, and vehicle registration and Vehicle Excise Duty (VED) collection throughout the United Kingdom and include, although are not limited to, the following: - Processing of vehicle licensing transactions and the collection of vehicle tax revenue, including the issue of cash equivalent tokens of payment (Vehicle Excise Duty (VED) disc) and processing of Statutory Off Road Notification (SORN) applications - Issuing of duplicate VED discs and the provision of ancillary secure stock handling and management services - Processing of driver licensing transactions including those transactions requiring customer biometric information capture, and the collection of associated fees, including; o licence applications o licence renewal o licence replacement o licence exchange - Processing of digital tachograph card transactions requiring reading / updating of smart tachograph cards, and the collection of associated fees - Collection and processing of counter service transaction payments, including the provision of payment recovery services for failed payments and the processing of refund or reimbursement applications and / or payments - Verification of transaction eligibility, applicant identity and validity of supporting documentations as appropriate for counter service transactions, processing customer record creation and update within transactions, and the provision of ancillary secure processes, including secure document handling and management services.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-72697b5b-e9cc-4057-9635-8fd78dcb84a7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/81a94d6f-afcf-4fb8-b72e-8da0fb4e4aa1
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue (above threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

64 - Postal and telecommunications services

72 - IT services: consulting, software development, Internet and support

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

64100000 - Post and courier services

64210000 - Telephone and data transmission services

72310000 - Data-processing services

72510000 - Computer-related management services

75000000 - Administration, defence and social security services

79131000 - Documentation services

79200000 - Accounting, auditing and fiscal services

79310000 - Market research services

79710000 - Security services

79821100 - Proofreading services

79940000 - Collection agency services

79960000 - Photographic and ancillary services

79990000 - Miscellaneous business-related services

Notice Value(s)

Tender Value
£650,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
£650,000,000 £100M-£1B
Contracts Value
Not specified

Notice Dates

Publication Date
7 Dec 20232 years ago
Submission Deadline
9 Mar 2012Expired
Future Notice Date
Not specified
Award Date
9 Nov 201213 years ago
Contract Period
9 Nov 2012 - 20 Jun 2024 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
The minister for the cabinet office acting through Crown Commercial Service
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 345 410 2222

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Supplier Information

Number of Suppliers
1
Supplier Name

POST OFFICE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-72697b5b-e9cc-4057-9635-8fd78dcb84a7-2023-12-07T08:53:04Z",
    "date": "2023-12-07T08:53:04Z",
    "ocid": "ocds-b5fd17-72697b5b-e9cc-4057-9635-8fd78dcb84a7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3707",
        "title": "PS/11/25 Core Counter Service Transactions",
        "description": "Supporting services for the government. Administration, defence and social security services. Post and courier services. Courier services. Mail delivery services. Parcel delivery services. Telephone and data transmission services. Data-processing services. Data entry services. Data capture services. Data transmission services. Computer-related management services. Administration services. Documentation services. Accounting, auditing and fiscal services. Accounting and auditing services. Accounting services. Market research services. Security services. Investigation services. Proof-reading services. Collection agency services. Photographic services. Specialised photography services. Stock-control services. Scanning services. The award of a Single Supplier Framework Agreement for the Provision of \"Front Office\" counter-based services, and the award of the DVLA Initial Call Off Agreement for the provision of a number of face-to-face Front Office Counter Services transactions at a national network of outlets throughout the UK (Great Britain and Northern Ireland). The transaction types available through the Single Supplier Framework Agreement include, but are not limited to, the following: - Capture and transmission of customer and transaction data - Verification of transaction eligibility and applicant identity - Processing customer record creation, update and changes of details requests - Processing requests for duplicate / replacement documents - Processing customer payments, and management of tokens of payment and receipts - Processing refunds and reimbursements - Secure stock distribution and storage - Secure forwarding of documents to Authority premises and / or secure destruction of documents - Capture of biometric information in support of transactions, which may include but is not limited to facial photograph, signature and fingerprints - Provision of mobile and temporary static facilities for transaction processing - Provision of customer reporting / check in points - Provision of customer collection points Additional information: On the basis of current usage by DVLA; future policy and legislative developments affecting DVLA functions; and anticipated take-up by the Organisations listed above, the midpoint value of this Framework Agreement over 7 years is GBP 450m or GBP 650m if the contracting authority exercises the option to extend by a maximum of 3 years. The contract authority have utilised the extension period of 3 years and a further 6 months. This is not a guaranteed figure and the final value may be greater or less than this. Given the difficulty in predicting the extent to which categories of service and volumes of transactions may develop, it is not possible to provide a reliable indicative value range. The midpoint value figure stated is therefore a current best estimate. The transactions being provided to DVLA under the Initial Call Off Agreement are those in relation to driver licensing in Great Britain, and vehicle registration and Vehicle Excise Duty (VED) collection throughout the United Kingdom and include, although are not limited to, the following: - Processing of vehicle licensing transactions and the collection of vehicle tax revenue, including the issue of cash equivalent tokens of payment (Vehicle Excise Duty (VED) disc) and processing of Statutory Off Road Notification (SORN) applications - Issuing of duplicate VED discs and the provision of ancillary secure stock handling and management services - Processing of driver licensing transactions including those transactions requiring customer biometric information capture, and the collection of associated fees, including; o licence applications o licence renewal o licence replacement o licence exchange - Processing of digital tachograph card transactions requiring reading / updating of smart tachograph cards, and the collection of associated fees - Collection and processing of counter service transaction payments, including the provision of payment recovery services for failed payments and the processing of refund or reimbursement applications and / or payments - Verification of transaction eligibility, applicant identity and validity of supporting documentations as appropriate for counter service transactions, processing customer record creation and update within transactions, and the provision of ancillary secure processes, including secure document handling and management services.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "64100000",
            "description": "Post and courier services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "64210000",
                "description": "Telephone and data transmission services"
            },
            {
                "scheme": "CPV",
                "id": "72310000",
                "description": "Data-processing services"
            },
            {
                "scheme": "CPV",
                "id": "72510000",
                "description": "Computer-related management services"
            },
            {
                "scheme": "CPV",
                "id": "75000000",
                "description": "Administration, defence and social security services"
            },
            {
                "scheme": "CPV",
                "id": "79131000",
                "description": "Documentation services"
            },
            {
                "scheme": "CPV",
                "id": "79200000",
                "description": "Accounting, auditing and fiscal services"
            },
            {
                "scheme": "CPV",
                "id": "79310000",
                "description": "Market research services"
            },
            {
                "scheme": "CPV",
                "id": "79710000",
                "description": "Security services"
            },
            {
                "scheme": "CPV",
                "id": "79821100",
                "description": "Proofreading services"
            },
            {
                "scheme": "CPV",
                "id": "79940000",
                "description": "Collection agency services"
            },
            {
                "scheme": "CPV",
                "id": "79960000",
                "description": "Photographic and ancillary services"
            },
            {
                "scheme": "CPV",
                "id": "79990000",
                "description": "Miscellaneous business-related services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 650000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue (above threshold)",
        "tenderPeriod": {
            "endDate": "2012-03-09T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2012-11-09T00:00:00Z",
            "endDate": "2024-06-20T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "The minister for the cabinet office acting through Crown Commercial Service",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 345 410 2222"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/crown-commercial-service"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-266721",
            "name": "Post Office Ltd",
            "identifier": {
                "legalName": "Post Office Ltd"
            },
            "address": {
                "streetAddress": "148 Old Street EC1V 9HQ London UNITED KINGDOM"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-72697b5b-e9cc-4057-9635-8fd78dcb84a7-1",
            "status": "active",
            "date": "2012-11-09T00:00:00Z",
            "datePublished": "2023-12-07T08:53:04Z",
            "value": {
                "amount": 650000000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-266721",
                    "name": "Post Office Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2012-11-09T00:00:00Z",
                "endDate": "2024-06-20T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/81a94d6f-afcf-4fb8-b72e-8da0fb4e4aa1",
                    "datePublished": "2023-12-07T08:53:04Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "awardNotice",
                    "url": "https://www.find-tender.service.gov.uk/Notice/036037-2023"
                }
            ]
        }
    ]
}