Notice Information
Notice Title
Management Consultancy
Notice Description
Crown Commercial Service as the Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (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. This Procurement will establish a multi Supplier public sector Framework Agreement for the purchase of Management Consultancy Services. This Framework Agreement shall comprise of 8 Lots. The Authority reserves the right for an electronic auction to be held by Contracting Authorities during further competition prior to an award of a contract. Potential Providers have the opportunity to bid for all or any combination of the Lots. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") will not apply at the Framework level. However, it is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the Call Off Agreement and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence. Potential Providers should note this Procurement will involve a 2 phase return of Tender submissions. Tender submissions for Lots 1, 2 and 3 (Phase 1) must be submitted by 14/02/2017, as per section IV.3.4. Tender submissions for Lots 4,5,6,7 and 8 (Phase 2) the deadline for submissions of Attachment 2 - Selection Questionnaire, is 14/02/2017. The deadline for submissions of Attachment 4 - Phase 2 Award Questionnaire is 09/05/2017. Please refer to Attachment 1 - Invitation to Tender for full details of timescales. In reference to Section II.1.4, maximum number of participants allowed. Framework Agreements will be concluded with the maximum number of Suppliers for each Lot. This may increase only where two or more Potential Providers have tied scores and are placed in the last position in respect of each lot. The Authority reserves the right to award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only up to an additional 5 suppliers. For the avoidance of doubt, last position is 40th for Lot 1, Lot 7 and Lot 8. Last position is 20th for Lot 2, Lot 3 and Lot 4. Last position is 50th for Lot 5 and Lot 6. In the event that there is a challenge to the Procurement and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential Providers in respect of the Lot that has not been so challenged. The Authority may increase the CCS Management Charge percentage (which shall be 0.5% as at the Framework Commencement Date) at any point during the Framework Period up to a maximum of 2% Additional information: This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, Potential Providers must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at: https:// gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: expressionofinterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement and Phase you wish to register for i.e Phase 1 and/or Phase 2; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. Please note if you register for Phase 2 you will be invited to Phase 1 RFX event and Phase 2 RFX event. Potential Providers should note, that this Procurement will be evaluated in a 2 phased return. Phase 1 will consist of Lots 1, 2 and 3. Phase 2 will consist of Lots 4, 5, 6, 7 and 8. Please see the Procurement Timetable at Paragraph 4 of Attachment 1 - Invitation to Tender and ensure you are aware of the dates your procurement documents need to be submitted. When expressing an interest in this procurement, please clearly state what phase you are wishing to submit a Tender for. For the avoidance of doubt, if you are wishing to submit a Tender for Lots 1, 2 and 3 this is Phase 1, and you will be added to the Phase 1 event within the e-Sourcing suite. If you are wishing to submit a Tender for Lots 4, 5, 6, 7 and 8, this is Phase 2, and you will be added to Phase 1 and 2 within the e-Sourcing suite. Potential Providers should note, that all responses to the Selection Questionnaire shall be entered within Phase 1 by the Phase 1 closing date listed in IV.3.4. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk email: eenablement@crownco
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-8202eb8d-3e54-494b-8610-d87c327f8d35
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7a926174-ecc1-4637-9b59-b0c2e4be2d74
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
66121000 - Mergers and acquisition services
66171000 - Financial consultancy services
71241000 - Feasibility study, advisory service, analysis
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- £3,000,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Dec 20169 years ago
- Submission Deadline
- 14 Feb 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Jun 2017 - 30 Jun 2021 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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/7a926174-ecc1-4637-9b59-b0c2e4be2d74
22nd December 2016 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/117911e6-cbee-445c-88f0-0541b1ce49d8
Attachment 1 - Invitation to Tender -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/935fe706-2a4d-4fca-b866-b45c7f02152c
Attachment 2 - Participation and Selection Questionnaire Guidance -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/93025153-035f-4fc5-8f40-c789cc5defd1
Attachment 3 - Award Questionnaire Phase 1 (Lots 1 to 3) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd9e0aa1-b79b-448b-9117-326b5255b59b
Attachment 4 - Award Questionnaire Phase 2 (Lots 4-8) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/e6c60899-a4cc-4219-8d82-e315712d63da
Attachment 5a - Framework Agreement -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/daaec383-3760-4773-9801-e72ac881c93a
Attachment 5b - Framework Schedule 2 (Services and Key Performance Indicators) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/197cde0e-b6a4-449e-890e-ad9e17df7368
Attachment 6a - Order Form -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/5a6bf4b3-5337-4863-b0f4-151c6b7aecee
Attachment 6b - Call Off Terms -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/90ec47af-36e4-4426-b1dc-c588dca7cb26
Attachment 7 - Terms of Participation -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/bf7dabf3-0dbe-4f54-97c5-6dc640285624
Attachment 8 - Declaration of Compliance -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/972f95f0-c0e6-4e52-a5fd-366fc2c832a7
Attachment 10 - Pricing Matrix Phase 1 (Lots 1 to 3) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/7af3675b-9e53-4af0-8b02-e02f1606d15d
Attachment 11 - Pricing Matrix Phase 2 (Lots 4-8) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/995f2952-fbd8-4883-8b40-7f0fda267e06
Attachment 12 - Financial Assessment Template -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/0754d951-681d-4133-935f-dce5f3a9d5a7
Attachment 13 - Service Information Template -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/26a2702c-9671-4141-b870-d7e221febc01
Attachment 14 - Framework Population Template
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-b5fd17-8202eb8d-3e54-494b-8610-d87c327f8d35-2016-12-22T15:36:11Z",
"date": "2016-12-22T15:36:11Z",
"ocid": "ocds-b5fd17-8202eb8d-3e54-494b-8610-d87c327f8d35",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RM3745",
"title": "Management Consultancy",
"description": "Crown Commercial Service as the Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (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. This Procurement will establish a multi Supplier public sector Framework Agreement for the purchase of Management Consultancy Services. This Framework Agreement shall comprise of 8 Lots. The Authority reserves the right for an electronic auction to be held by Contracting Authorities during further competition prior to an award of a contract. Potential Providers have the opportunity to bid for all or any combination of the Lots. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") will not apply at the Framework level. However, it is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the Call Off Agreement and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence. Potential Providers should note this Procurement will involve a 2 phase return of Tender submissions. Tender submissions for Lots 1, 2 and 3 (Phase 1) must be submitted by 14/02/2017, as per section IV.3.4. Tender submissions for Lots 4,5,6,7 and 8 (Phase 2) the deadline for submissions of Attachment 2 - Selection Questionnaire, is 14/02/2017. The deadline for submissions of Attachment 4 - Phase 2 Award Questionnaire is 09/05/2017. Please refer to Attachment 1 - Invitation to Tender for full details of timescales. In reference to Section II.1.4, maximum number of participants allowed. Framework Agreements will be concluded with the maximum number of Suppliers for each Lot. This may increase only where two or more Potential Providers have tied scores and are placed in the last position in respect of each lot. The Authority reserves the right to award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only up to an additional 5 suppliers. For the avoidance of doubt, last position is 40th for Lot 1, Lot 7 and Lot 8. Last position is 20th for Lot 2, Lot 3 and Lot 4. Last position is 50th for Lot 5 and Lot 6. In the event that there is a challenge to the Procurement and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential Providers in respect of the Lot that has not been so challenged. The Authority may increase the CCS Management Charge percentage (which shall be 0.5% as at the Framework Commencement Date) at any point during the Framework Period up to a maximum of 2% Additional information: This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, Potential Providers must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at: https:// gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: expressionofinterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement and Phase you wish to register for i.e Phase 1 and/or Phase 2; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. Please note if you register for Phase 2 you will be invited to Phase 1 RFX event and Phase 2 RFX event. Potential Providers should note, that this Procurement will be evaluated in a 2 phased return. Phase 1 will consist of Lots 1, 2 and 3. Phase 2 will consist of Lots 4, 5, 6, 7 and 8. Please see the Procurement Timetable at Paragraph 4 of Attachment 1 - Invitation to Tender and ensure you are aware of the dates your procurement documents need to be submitted. When expressing an interest in this procurement, please clearly state what phase you are wishing to submit a Tender for. For the avoidance of doubt, if you are wishing to submit a Tender for Lots 1, 2 and 3 this is Phase 1, and you will be added to the Phase 1 event within the e-Sourcing suite. If you are wishing to submit a Tender for Lots 4, 5, 6, 7 and 8, this is Phase 2, and you will be added to Phase 1 and 2 within the e-Sourcing suite. Potential Providers should note, that all responses to the Selection Questionnaire shall be entered within Phase 1 by the Phase 1 closing date listed in IV.3.4. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk email: eenablement@crownco",
"datePublished": "2016-12-22T15:36:11Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "66121000",
"description": "Mergers and acquisition services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 2000000000,
"currency": "GBP"
},
"value": {
"amount": 3000000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-02-14T23:59:59Z"
},
"contractPeriod": {
"startDate": "2017-06-30T00:00:00+01:00",
"endDate": "2021-06-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7a926174-ecc1-4637-9b59-b0c2e4be2d74",
"datePublished": "2016-12-22T15:36:11Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "2016-OJS247-452725-en",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4579a90c-34b5-4073-a908-b6904500d750",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Attachment 1 - Invitation to Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/117911e6-cbee-445c-88f0-0541b1ce49d8",
"format": "application/pdf"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Attachment 2 - Participation and Selection Questionnaire Guidance",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/935fe706-2a4d-4fca-b866-b45c7f02152c",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Attachment 3 - Award Questionnaire Phase 1 (Lots 1 to 3)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/93025153-035f-4fc5-8f40-c789cc5defd1",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Attachment 4 - Award Questionnaire Phase 2 (Lots 4-8)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd9e0aa1-b79b-448b-9117-326b5255b59b",
"format": "application/pdf"
},
{
"id": "7",
"documentType": "tenderNotice",
"description": "Attachment 5a - Framework Agreement",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e6c60899-a4cc-4219-8d82-e315712d63da",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "8",
"documentType": "tenderNotice",
"description": "Attachment 5b - Framework Schedule 2 (Services and Key Performance Indicators)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/daaec383-3760-4773-9801-e72ac881c93a",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "9",
"documentType": "tenderNotice",
"description": "Attachment 6a - Order Form",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/197cde0e-b6a4-449e-890e-ad9e17df7368",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "10",
"documentType": "tenderNotice",
"description": "Attachment 6b - Call Off Terms",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5a6bf4b3-5337-4863-b0f4-151c6b7aecee",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "11",
"documentType": "tenderNotice",
"description": "Attachment 7 - Terms of Participation",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/90ec47af-36e4-4426-b1dc-c588dca7cb26",
"format": "application/pdf"
},
{
"id": "12",
"documentType": "tenderNotice",
"description": "Attachment 8 - Declaration of Compliance",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bf7dabf3-0dbe-4f54-97c5-6dc640285624",
"format": "application/pdf"
},
{
"id": "13",
"documentType": "tenderNotice",
"description": "Attachment 10 - Pricing Matrix Phase 1 (Lots 1 to 3)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/972f95f0-c0e6-4e52-a5fd-366fc2c832a7",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "14",
"documentType": "tenderNotice",
"description": "Attachment 11 - Pricing Matrix Phase 2 (Lots 4-8)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7af3675b-9e53-4af0-8b02-e02f1606d15d",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "15",
"documentType": "tenderNotice",
"description": "Attachment 12 - Financial Assessment Template",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/995f2952-fbd8-4883-8b40-7f0fda267e06",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "16",
"documentType": "tenderNotice",
"description": "Attachment 13 - Service Information Template",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0754d951-681d-4133-935f-dce5f3a9d5a7",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "17",
"documentType": "tenderNotice",
"description": "Attachment 14 - Framework Population Template",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/26a2702c-9671-4141-b870-d7e221febc01",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"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": {
"email": "supplier@crowncommercial.gov.uk",
"telephone": "0345 010 3503"
},
"details": {
"url": "http://www.gov.uk/ccs"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
}
}