Notice Information
Notice Title
Analysis and Reconciliation Services
Notice Description
EOECPH is seeking experienced, proven, innovative and agile providers as our framework partners to deliver Analysis and Reconciliation Services (a Services framework) being procured under the 'open' procedure in accordance with the Public Contract Regulations 2015. Full details of the Authority's requirements set out in the Specification of the tender schedules. This multi lotted framework will provide focused and specialised support, ensuring services delivered to the Beneficiaries conform to very latest and all relevant legislative, regulatory and or best practice arrangements applicable to, or for, the type of entity they are and the services they deliver. Providers awarded to the Framework will from time to time need to be prepared to be flexible in regard to the skillsets and core content they offer for the services identified under this framework, as may be necessary during the life of the contract, to ensure their service elements for the Lot or Lots they are awarded to are, and remain, topical, focused, timely and relevant in respect of Lot service provision. Through the ability of potential bidders to submit innovative charge rate pricing solutions the Framework from time to time will be able to offer tailored advice and consultancy support services to Beneficiaries, ensuring any developing requirements during the lifetime of the framework are captured and met. Bidders will need to confirm their acceptance of the requirements of providing services through the framework, as part of the Qualification process/envelope. Should Bidders need to introduce partners or sub-contracting arrangements to adhere to this requirement, or to alter arrangements identified as part of the tender process, to ensure the service offering remains valid, this will be allowed for and captured within the Framework Contract. Services to be provided under this Framework have been broken down into Lots, Bidders may bid for and be awarded against more than one Lot. This ITT and proposed framework is comprised of ten (11) Lots: Lot One - Telecommunications (Fixed & Mobile) Lot Two - Energy - Electricity, Gas and Oil Lot Three - Water Lot Four - Value Added Tax Lot Five - Estates Lot Six - Accounts Payable Lot Seven - Temporary Staffing Lot Eight - Payroll Lot Nine - Contract Compliance Lot Ten - Software License Reviews Lot Eleven - Managed Spend Reduction and Recovery Solutions For the purposes of evaluation of Suppliers for appointment to the Framework Agreement each Tenderer will be required to pass selection criteria relevant to the type and nature of the procurement and Beneficiaries, tenders will then be assessed against the resources and charges associated with the delivery of the Framework Services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ad2d1238-4e98-4553-9d8f-72091b39df45
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a20b995d-d5e2-4dfd-b411-2803f83ebdcb
- 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 (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £16,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Dec 20196 years ago
- Submission Deadline
- 17 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Mar 2020 - 29 Feb 2024 3-4 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
- EAST OF ENGLAND NHS COLLABORATIVE HUB
- Contact Name
- Stephen Evans
- Contact Email
- stephen.evans@eoecph.nhs.uk
- Contact Phone
- 07983339019
Buyer Location
- Locality
- CAMBRIDGE
- Postcode
- CB21 5XB
- Post Town
- Cambridge
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- Not specified
-
- Local Authority
- South Cambridgeshire
- Electoral Ward
- Fen Ditton & Fulbourn
- Westminster Constituency
- South Cambridgeshire
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a20b995d-d5e2-4dfd-b411-2803f83ebdcb
9th December 2019 - Opportunity 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-ad2d1238-4e98-4553-9d8f-72091b39df45-2019-12-09T16:52:12Z",
"date": "2019-12-09T16:52:12Z",
"ocid": "ocds-b5fd17-ad2d1238-4e98-4553-9d8f-72091b39df45",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_223014/816949",
"title": "Analysis and Reconciliation Services",
"description": "EOECPH is seeking experienced, proven, innovative and agile providers as our framework partners to deliver Analysis and Reconciliation Services (a Services framework) being procured under the 'open' procedure in accordance with the Public Contract Regulations 2015. Full details of the Authority's requirements set out in the Specification of the tender schedules. This multi lotted framework will provide focused and specialised support, ensuring services delivered to the Beneficiaries conform to very latest and all relevant legislative, regulatory and or best practice arrangements applicable to, or for, the type of entity they are and the services they deliver. Providers awarded to the Framework will from time to time need to be prepared to be flexible in regard to the skillsets and core content they offer for the services identified under this framework, as may be necessary during the life of the contract, to ensure their service elements for the Lot or Lots they are awarded to are, and remain, topical, focused, timely and relevant in respect of Lot service provision. Through the ability of potential bidders to submit innovative charge rate pricing solutions the Framework from time to time will be able to offer tailored advice and consultancy support services to Beneficiaries, ensuring any developing requirements during the lifetime of the framework are captured and met. Bidders will need to confirm their acceptance of the requirements of providing services through the framework, as part of the Qualification process/envelope. Should Bidders need to introduce partners or sub-contracting arrangements to adhere to this requirement, or to alter arrangements identified as part of the tender process, to ensure the service offering remains valid, this will be allowed for and captured within the Framework Contract. Services to be provided under this Framework have been broken down into Lots, Bidders may bid for and be awarded against more than one Lot. This ITT and proposed framework is comprised of ten (11) Lots: Lot One - Telecommunications (Fixed & Mobile) Lot Two - Energy - Electricity, Gas and Oil Lot Three - Water Lot Four - Value Added Tax Lot Five - Estates Lot Six - Accounts Payable Lot Seven - Temporary Staffing Lot Eight - Payroll Lot Nine - Contract Compliance Lot Ten - Software License Reviews Lot Eleven - Managed Spend Reduction and Recovery Solutions For the purposes of evaluation of Suppliers for appointment to the Framework Agreement each Tenderer will be required to pass selection criteria relevant to the type and nature of the procurement and Beneficiaries, tenders will then be assessed against the resources and charges associated with the delivery of the Framework Services.",
"datePublished": "2019-12-09T16:52:12Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"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"
}
]
}
],
"value": {
"amount": 16000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2020-01-17T23:59:59Z"
},
"contractPeriod": {
"startDate": "2020-03-02T00:00:00Z",
"endDate": "2024-02-29T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a20b995d-d5e2-4dfd-b411-2803f83ebdcb",
"datePublished": "2019-12-09T16:52:12Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-132432",
"name": "East Of England NHS Collaborative Hub",
"identifier": {
"legalName": "East Of England NHS Collaborative Hub"
},
"address": {
"streetAddress": "Victoria House, Capital Park",
"locality": "Cambridge",
"postalCode": "CB21 5XB",
"countryName": "England"
},
"contactPoint": {
"name": "Stephen Evans",
"email": "stephen.evans@eoecph.nhs.uk",
"telephone": "07983339019"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-132432",
"name": "East Of England NHS Collaborative Hub"
}
}