Notice Information
Notice Title
Financial Services Framework
Notice Description
The Framework will provide access to a comprehensive range of Financial Services. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/. It is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at http://www.dukefieldprocurement.co.uk/ojeu The Framework will be let across three Lots. There will be a maximum of 6 suppliers awarded a place on each of the three Lots.
Lot Information
Lot 1 - Financial Services for Maintained Schools
This lot is designed to provide financial services to maintained school. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework Lot.
Options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
Lot 2 - Financial Services for Academies and Multi Academy TrustsThis lot is designed to provide financial services to existing academies and multi academy trusts and those converting to academy status. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework Lot.
Options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
Lot 3 - Financial Services for Further and Higher Education Establishments and Wider Public Sector OrganisationsThis Lot incorporates the provisions of both Lots 1 and 2 as they apply to public sector organisations in the wider public sector, i.e. those organisations who are not schools or Academies and Multi Academy Trusts. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance and audit, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework lot.
Options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0299ee
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018900-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
48440000 - Financial analysis and accounting software package
48442000 - Financial systems software package
48812000 - Financial information systems
66000000 - Financial and insurance services
66171000 - Financial consultancy services
72212440 - Financial analysis and accounting software development services
79212100 - Financial auditing services
79412000 - Financial management consultancy services
80500000 - Training services
Notice Value(s)
- Tender Value
- £45,000,000 £10M-£100M
- Lots Value
- £45,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £15,000,000 £10M-£100M
Notice Dates
- Publication Date
- 5 Aug 20214 years ago
- Submission Deadline
- 12 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CRESCENT PURCHASING CONSORTIUM (CPC)
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- helpdesk@thecpc.ac.uk, steve.davies@dukefieldprocurement.co.uk
- Contact Phone
- +44 7966040564, +44 8000662188
Buyer Location
- Locality
- SALFORD
- Postcode
- M6 6AJ
- Post Town
- Manchester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD34 Greater Manchester South West
- Delivery Location
- Not specified
-
- Local Authority
- Salford
- Electoral Ward
- Pendleton & Charlestown
- Westminster Constituency
- Salford
Further Information
Notice URLs
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-h6vhtk-0299ee-2021-08-05T14:06:07+01:00",
"date": "2021-08-05T14:06:07+01:00",
"ocid": "ocds-h6vhtk-0299ee",
"initiationType": "tender",
"tender": {
"id": "CA8423 - CPC/DU/FIN/01",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Financial Services Framework",
"classification": {
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
"mainProcurementCategory": "services",
"description": "The Framework will provide access to a comprehensive range of Financial Services. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/. It is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at http://www.dukefieldprocurement.co.uk/ojeu The Framework will be let across three Lots. There will be a maximum of 6 suppliers awarded a place on each of the three Lots.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "This Lot incorporates the provisions of both Lots 1 and 2 as they apply to public sector organisations in the wider public sector, i.e. those organisations who are not schools or Academies and Multi Academy Trusts. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance and audit, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework lot."
},
"newValue": {
"text": "This Lot incorporates the provisions of both Lots 1 and 2 as they apply to the relevant needs and expectations of organisations in the wider public sector, i.e., Colleges and Universities and other wider public sector bodies such as those organisations outside the education sector including the NHS, Local Government, Central Government, Blue Light Organisations etc. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance and audit, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework lot."
},
"where": {
"section": "II.2.4",
"label": "Description of the procurement"
},
"relatedLot": "3"
},
{
"oldValue": {
"date": "2021-04-12T12:00:00+01:00"
},
"newValue": {
"date": "2021-04-23T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
},
{
"oldValue": {
"text": "Lot 3 - Financial Services for Wider Public Sector Organisations"
},
"newValue": {
"text": "Lot 3 - Financial Services for Further and Higher Education Establishments and Wider Public Sector Organisations"
},
"where": {
"section": "II.2.1",
"label": "Title"
},
"relatedLot": "3"
},
{
"oldValue": {
"date": "2021-04-12T12:00:00+01:00"
},
"newValue": {
"date": "2021-04-23T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of projects or requests to participate"
}
}
],
"description": "Contract Amendment"
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-04-12T12:00:00+01:00"
},
"newValue": {
"date": "2021-04-23T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
},
{
"oldValue": {
"date": "2021-04-12T12:00:00+01:00"
},
"newValue": {
"date": "2021-04-23T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
}
],
"description": "Extension"
}
],
"status": "complete",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 3,
"maximumLotsAwardedPerSupplier": 3
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Financial Services for Maintained Schools",
"description": "This lot is designed to provide financial services to maintained school. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework Lot.",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60.00%"
},
{
"type": "price",
"description": "40.00%"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Financial Services for Academies and Multi Academy Trusts",
"description": "This lot is designed to provide financial services to existing academies and multi academy trusts and those converting to academy status. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework Lot.",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60.00%"
},
{
"type": "price",
"description": "40.00%"
}
]
}
},
{
"id": "3",
"title": "Lot 3 - Financial Services for Further and Higher Education Establishments and Wider Public Sector Organisations",
"description": "This Lot incorporates the provisions of both Lots 1 and 2 as they apply to public sector organisations in the wider public sector, i.e. those organisations who are not schools or Academies and Multi Academy Trusts. A comprehensive suite of services will be available, including but not limited to, the following: Strategic financial management planning and support, financial systems and accounting, financial governance and audit, business continuity, financial training services and ad hoc consultancy services There will be a maximum of 6 suppliers awarded a place on this framework lot.",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60.00%"
},
{
"type": "price",
"description": "40.00%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "48442000",
"description": "Financial systems software package"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "48812000",
"description": "Financial information systems"
},
{
"scheme": "CPV",
"id": "48440000",
"description": "Financial analysis and accounting software package"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48812000",
"description": "Financial information systems"
},
{
"scheme": "CPV",
"id": "48442000",
"description": "Financial systems software package"
},
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "48440000",
"description": "Financial analysis and accounting software package"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "79212100",
"description": "Financial auditing services"
},
{
"scheme": "CPV",
"id": "72212440",
"description": "Financial analysis and accounting software development services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "48812000",
"description": "Financial information systems"
},
{
"scheme": "CPV",
"id": "48442000",
"description": "Financial systems software package"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://suppliers.multiquote.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 18
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-04-12T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-04-12T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-04-12T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Crescent Purchasing Consortium will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into."
},
"parties": [
{
"id": "GB-FTS-2379",
"name": "Crescent Purchasing Consortium (CPC)",
"identifier": {
"legalName": "Crescent Purchasing Consortium (CPC)"
},
"address": {
"streetAddress": "Procurement House, Leslie Hough Way",
"locality": "Salford",
"region": "UKD3",
"postalCode": "M6 6AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 8000662188",
"email": "helpdesk@thecpc.ac.uk",
"faxNumber": "+44 1612955599",
"url": "https://suppliers.multiquote.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.thecpc.ac.uk",
"buyerProfile": "http://www.thecpc.ac.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-8171",
"name": "Dukefield Procurement Limited",
"identifier": {
"legalName": "Dukefield Procurement Limited"
},
"address": {
"streetAddress": "Parkside House 167, Chorley",
"locality": "Bolton",
"region": "UKD3",
"postalCode": "BL1 4RA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7966040564",
"email": "steve.davies@dukefieldprocurement.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.dukefieldprocurement.co.uk",
"buyerProfile": "http://www.dukefieldprocurement.co.uk"
}
},
{
"id": "GB-FTS-8172",
"name": "Public Sector",
"identifier": {
"legalName": "Public Sector"
},
"address": {
"streetAddress": "Procurement House , Unit 23 Leslie Hough Way",
"locality": "Manchester",
"region": "UK",
"postalCode": "M6 6AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7966040564",
"email": "helpdesk@thecpc.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.thecpc.ac.uk",
"buyerProfile": "http://www.thecpc.ac.uk"
}
},
{
"id": "GB-FTS-8173",
"name": "Education",
"identifier": {
"legalName": "Education"
},
"address": {
"streetAddress": "Procurement House, Unit 23 Leslie Hough Way",
"locality": "Salford",
"region": "UK",
"postalCode": "M6 6AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7966040564",
"email": "helpdesk@thecpc.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.thecpc.ac.uk",
"buyerProfile": "http://www.thecpc.ac.uk"
}
},
{
"id": "GB-FTS-8174",
"name": "Crescent Purchasing Consortium",
"identifier": {
"legalName": "Crescent Purchasing Consortium"
},
"address": {
"streetAddress": "Procurement House, Unit 23, Leslie Hough Way",
"locality": "Salford",
"postalCode": "M6 6AJ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-24735",
"name": "SAAF Education",
"identifier": {
"legalName": "SAAF Education"
},
"address": {
"streetAddress": "12 Churchill Park, Colwick",
"locality": "Nottingham",
"region": "UK",
"postalCode": "NG4 2HF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1159752400",
"email": "e.cripwell@saafeducation.org"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.saafeducation.org",
"scale": "large"
}
},
{
"id": "GB-FTS-24736",
"name": "Beever and Struthers",
"identifier": {
"legalName": "Beever and Struthers"
},
"address": {
"streetAddress": "St Georges House, 215/219 Chester Road",
"locality": "Manchester",
"region": "UK",
"postalCode": "M15 4JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1618324901",
"email": "tenders@beeverstruthers.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.beeverstruthers.co.uk",
"scale": "sme"
}
},
{
"id": "GB-FTS-24737",
"name": "Bishop Fleming LLP",
"identifier": {
"legalName": "Bishop Fleming LLP"
},
"address": {
"streetAddress": "Stratus House, Emperor Way",
"locality": "Exeter",
"region": "UK",
"postalCode": "EX1 3QS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1392448800",
"email": "tenders@bishopfleming.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://bishopfleming.co.uk",
"scale": "large"
}
},
{
"id": "GB-FTS-24738",
"name": "EPM Ltd",
"identifier": {
"legalName": "EPM Ltd"
},
"address": {
"streetAddress": "St Johns House,, Spitfire Close,",
"locality": "HUNTINGDON",
"region": "UK",
"postalCode": "PE29 6EP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1480431993",
"email": "epm@epm.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.epm.co.uk",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-2379",
"name": "Crescent Purchasing Consortium (CPC)"
},
"language": "en",
"description": "CPC Internal Reference Number is CPC/DU/FIN/01. The framework is being delivered by Crescent Purchasing Limited through Crescent Purchasing Consortium and its partners Dukefield Procurement Limited (who are a subsidiary of Dukefield Limited). Dukefield Procurement Limited are acting as agents of Crescent Purchasing Consortium in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at https://suppliers.multiquote.com, the tender is available from the Opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights: (a) To terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) To make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) To award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation; (d) To disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) Seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) Where the Contracting Authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the Contracting Authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) Where the Contracting Authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the Contracting Authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications / discussion documents to the market where appropriate to the subject matter of this procurement. (h) The Contracting Authority will not be liable for any costs incurred by tenderers. (i) The value of the framework provided in section II.1.5 is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement; and (j) The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as stated in II.1.4. Tenderers should note, in reference to Section IV.1.3), Envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one Tenderer is tied with the same final evaluation score and are ranked in the last supplier award position within a particular Lot, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework Lot. The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number on any particular Lot, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot of this framework is 6th place on each of the three framework Lots. Therefore on a lot by lot basis, Tenderers within 0.5 %, along with the Tenderer in last placed position, shall be deemed to occupy the last Framework Agreement contract award position for each respective lot.",
"awards": [
{
"id": "018900-2021-CA8423-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - Financial Services for Maintained Schools",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24735",
"name": "SAAF Education"
},
{
"id": "GB-FTS-24737",
"name": "Bishop Fleming LLP"
},
{
"id": "GB-FTS-24738",
"name": "EPM Ltd"
},
{
"id": "GB-FTS-24736",
"name": "Beever and Struthers"
}
]
},
{
"id": "018900-2021-CA8423-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - Financial Services for Academies and Multi Academy Trusts",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24736",
"name": "Beever and Struthers"
},
{
"id": "GB-FTS-24737",
"name": "Bishop Fleming LLP"
},
{
"id": "GB-FTS-24738",
"name": "EPM Ltd"
},
{
"id": "GB-FTS-24735",
"name": "SAAF Education"
}
]
},
{
"id": "018900-2021-CA8423-3",
"relatedLots": [
"3"
],
"title": "Lot 3 - Financial Services for Further and Higher Education Establishments and Wider Public Sector Organisations",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24737",
"name": "Bishop Fleming LLP"
},
{
"id": "GB-FTS-24736",
"name": "Beever and Struthers"
},
{
"id": "GB-FTS-24735",
"name": "SAAF Education"
}
]
}
],
"contracts": [
{
"id": "018900-2021-CA8423-1",
"awardID": "018900-2021-CA8423-1",
"title": "Lot 1 - Financial Services for Maintained Schools",
"status": "active",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"dateSigned": "2021-08-05T00:00:00+01:00"
},
{
"id": "018900-2021-CA8423-2",
"awardID": "018900-2021-CA8423-2",
"title": "Lot 2 - Financial Services for Academies and Multi Academy Trusts",
"status": "active",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"dateSigned": "2021-08-05T00:00:00+01:00"
},
{
"id": "018900-2021-CA8423-3",
"awardID": "018900-2021-CA8423-3",
"title": "Lot 3 - Financial Services for Further and Higher Education Establishments and Wider Public Sector Organisations",
"status": "active",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"dateSigned": "2021-08-05T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "bids",
"relatedLot": "2",
"value": 5
},
{
"id": "3",
"measure": "bids",
"relatedLot": "3",
"value": 3
}
]
}
}