Notice Information
Notice Title
Front Office Counter Services 2
Notice Description
Crown Commercial Service (CCS) as the Authority had put in place a Pan Government Collaborative Agreement for the provision of Front Office Counter Services 2 and it would have been utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It was intended that this commercial agreement would have been the recommended vehicle for all front office counter services required by UK Central Government Departments. The Minister for the Cabinet Office acting through Crown Commercial Service issued a contract notice on 31 May 2023 (Ref: 2023/S 000-015345) to procure the provision of Front Office Counter Services 2. Crown Commercial Service has taken the decision not to proceed with the procurement as no suitable tenders were received.
Lot Information
Front Office Counter Services
The contracting authority was seeking a provider of a "Front Office" counter-based service to undertake a number of face-to-face customer service transactions at a national network of outlets throughout the UK. Transactions would have included, although not be limited to the following (the below are given for indicative purposes only): * completing or verifying paper-based documents such as passport applications and driving licences * digitally assisted service including support for citizens applying for government services using electronic devices (i.e. tablets) - Issuing government documentation/biometric ID's, following validation of identity and application forms. - the checking of paper application forms and the submission of supporting documents - buying or topping up travel cards - updating Government databases with changes to citizen records * basic application check, collection of fee, and onward secure transmission of completed application * verification of applicant identity then, if appropriate, processing applicant Customer Payment * processing of document application transactions requiring Biometric Image Collection * verification of authenticity of secure documents * secure Transportation of Original Documents of Value as part of application processes * secure Return of Documents to the Issuing Authority Agency * secure central storage and distribution of high value documents to the contractor's outlets * secure storage of official documentation and supporting documents for customer collection - Digital transmission of data to issuing authority, with provision for exceptions to be handled manually (e.g. manual paper transactions). The intention was to permit the staff and / or technical infrastructure developed for this Framework Agreement to be used for other service delivery, subject to there being appropriate safeguards in respect of security, encryption, access rights and deliverability to ensure the services delivered under this Framework. Additional information: The Minister for the Cabinet Office acting through Crown Commercial Service issued a contract notice on 31 May 2023 (Ref: 2023/S 000-015345) to procure the provision of Front Office Counter Services 2. Crown Commercial Service has taken the decision not to proceed with the procurement as no suitable tenders were received.
Renewal: The initial duration of the Framework is 3 years, with an option to extend for 1 year
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b48e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036036-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75130000 - Supporting services for the government
Notice Value(s)
- Tender Value
- £110,000,000 £100M-£1B
- Lots Value
- £110,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Dec 20232 years ago
- Submission Deadline
- 30 Jun 2023Expired
- Future Notice Date
- 17 May 2023Expired
- Award Date
- 7 Dec 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Additional Buyers
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE (CCS)
- Contact Name
- Not specified
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3150103503, +44 3450103503
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
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-03b48e-2023-12-07T08:46:18Z",
"date": "2023-12-07T08:46:18Z",
"ocid": "ocds-h6vhtk-03b48e",
"description": "As part of this notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/4d28aed2-01e9-4f25-b4f7-dbd43c7c1b3d The Minister for the Cabinet Office acting through Crown Commercial Service issued a contract notice on 31 May 2023 (Ref: 2023/S 000-015345) to procure the provision of Front Office Counter Services 2. Crown Commercial Service has taken the decision not to proceed with the procurement as no suitable tenders were received.",
"initiationType": "tender",
"tender": {
"id": "RM6283",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Front Office Counter Services 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75130000",
"description": "Supporting services for the government"
},
"mainProcurementCategory": "services",
"description": "Crown Commercial Service (CCS) as the Authority had put in place a Pan Government Collaborative Agreement for the provision of Front Office Counter Services 2 and it would have been utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It was intended that this commercial agreement would have been the recommended vehicle for all front office counter services required by UK Central Government Departments. The Minister for the Cabinet Office acting through Crown Commercial Service issued a contract notice on 31 May 2023 (Ref: 2023/S 000-015345) to procure the provision of Front Office Counter Services 2. Crown Commercial Service has taken the decision not to proceed with the procurement as no suitable tenders were received.",
"value": {
"amount": 110000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The contracting authority was seeking a provider of a \"Front Office\" counter-based service to undertake a number of face-to-face customer service transactions at a national network of outlets throughout the UK. Transactions would have included, although not be limited to the following (the below are given for indicative purposes only): * completing or verifying paper-based documents such as passport applications and driving licences * digitally assisted service including support for citizens applying for government services using electronic devices (i.e. tablets) - Issuing government documentation/biometric ID's, following validation of identity and application forms. - the checking of paper application forms and the submission of supporting documents - buying or topping up travel cards - updating Government databases with changes to citizen records * basic application check, collection of fee, and onward secure transmission of completed application * verification of applicant identity then, if appropriate, processing applicant Customer Payment * processing of document application transactions requiring Biometric Image Collection * verification of authenticity of secure documents * secure Transportation of Original Documents of Value as part of application processes * secure Return of Documents to the Issuing Authority Agency * secure central storage and distribution of high value documents to the contractor's outlets * secure storage of official documentation and supporting documents for customer collection - Digital transmission of data to issuing authority, with provision for exceptions to be handled manually (e.g. manual paper transactions). The intention was to permit the staff and / or technical infrastructure developed for this Framework Agreement to be used for other service delivery, subject to there being appropriate safeguards in respect of security, encryption, access rights and deliverability to ensure the services delivered under this Framework. Additional information: The Minister for the Cabinet Office acting through Crown Commercial Service issued a contract notice on 31 May 2023 (Ref: 2023/S 000-015345) to procure the provision of Front Office Counter Services 2. Crown Commercial Service has taken the decision not to proceed with the procurement as no suitable tenders were received.",
"status": "cancelled",
"title": "Front Office Counter Services",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 110000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 3 years, with an option to extend for 1 year"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75130000",
"description": "Supporting services for the government"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-05-18T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsBidPerSupplier": 1
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2023-06-30T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-06-30T15:01:00+01:00"
},
"bidOpening": {
"date": "2023-06-30T15:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"newValue": {
"text": "CCS and the Buyer reserves the right to include selection criteria to assess compliance with PPN 04/15 Past Performance in further competitions run from this Framework. CCS will assess whether the selection criterion in the PPN is met on request from the user prior to the proposed conclusion of an order contract with a total value of PS20 million or greater (excluding VAT). Failure to meet the selection criteria will render the Supplier ineligible for that order contract.'"
},
"where": {
"section": "VI.3"
}
}
],
"description": "'CCS and the Buyer reserves the right to include selection criteria to assess compliance with PPN 04/15 Past Performance in further competitions run from this Framework. CCS will assess whether the selection criterion in the PPN is met on request from the user prior to the proposed conclusion of an order contract with a total value of PS20 million or greater (excluding VAT). Failure to meet the selection criteria will render the Supplier ineligible for that order contract.'"
}
]
},
"parties": [
{
"id": "GB-FTS-4824",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)"
},
"address": {
"streetAddress": "The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Public procurement"
}
]
}
},
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3150103503",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-77966",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "liverpool",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.crowncommercial.gov.uk/"
}
}
],
"buyer": {
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "036036-2023-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
]
}