Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/81a94d6f-afcf-4fb8-b72e-8da0fb4e4aa1
7th December 2023 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}