Services - 502142-2019

24/10/2019    S206

United Kingdom-Liverpool: Administration services

2019/S 206-502142

Prior information notice

This notice is for prior information only

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/ccs
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other activity: Public Procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Business Process Services

Reference number: RM6181
II.1.2)Main CPV code
75100000 Administration services
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (CCS) as the authority intends to put in place a Pan Government Collaborative Agreement for the provision of citizen contact centres, shared services and operational business process outsourcing. The agreement can be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited too: local authorities, health, police, fire and rescue, education and devolved administrations. Across the public sector billions of pounds are spent every year delivering operational and shared service outsourcing and contact centre services to the general public. Whether it be delivering essential benefit, tax and advisory services to emergency and local authority services — there is a huge volume of operation and contact touching almost all UK residents on a daily basis.

We are in the early stages in the development of this agreement and will use the market engagement sessions to determine the lotting structure of this framework.

II.1.5)Estimated total value
Value excluding VAT: 5 000 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
75130000 Supporting services for the government
79200000 Accounting, auditing and fiscal services
79210000 Accounting and auditing services
79211000 Accounting services
79211100 Bookkeeping services
79211110 Payroll management services
79211120 Sales and purchases recording services
79211200 Compilation of financial statements services
79212500 Accounting review services
79342300 Customer services
79400000 Business and management consultancy and related services
79414000 Human resources management consultancy services
79418000 Procurement consultancy services
79500000 Office-support services
79510000 Telephone-answering services
79520000 Reprographic services
79530000 Translation services
79540000 Interpretation services
79550000 Typing, word-processing and desktop publishing services
79560000 Filing services
79570000 Mailing-list compilation and mailing services
79600000 Recruitment services
79610000 Placement services of personnel
79630000 Personnel services except placement and supply services
79631000 Personnel and payroll services
79635000 Assessment centre services for recruitment
79990000 Miscellaneous business-related services
79992000 Reception services
79993000 Building and facilities management services
79993100 Facilities management services
79994000 Contract administration services
79995000 Library management services
79996000 Business organisation services
79996100 Records management
79997000 Business travel services
79999000 Scanning and invoicing services
79999100 Scanning services
79999200 Invoicing services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Crown Commercial Service (CCS) plans to introduce a procurement for business process services, which will include contact centres, shared services and business process outsourcing. We plan to work extensively with the market and customers to develop a fit-for-purpose procurement strategy.

II.2.14)Additional information
II.3)Estimated date of publication of contract notice:
03/08/2020

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

This prior information notice is to signal an intention to commence market engagement with those within the contact centres, shared services and business process outsourcing market. We recognise the importance of working with the supplier base to ensure the scope and structure reflects market trends and practices to result in an agreement that is fit for purpose for the UK Public Sector customer base.

We are looking for the very best providers who can bring highly innovative and transformational services to this framework. With such a broad range of services and customers, CCS is looking to step-change the commercial vehicle available to Public Sector bodies so that they could benefit from skilled agents, innovation, self service, optimisation, project management and so on. In turn, these diverse service offerings are anticipated to translate into a radical shift in the existing cost base.

We are looking to procure a new and innovative contracting solution for provision of these services and active market engagement is integral to our understanding of the marketplace and dynamics. We are open to consideration of alternative approaches that may expand or modify the current projected scope. We intend to hold market engagement sessions during November 2019 with suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending please book your space at one of our sessions here.

https://www.crowncommercial.gov.uk/agreements/RM6181

Please email contactcentreservices@crowncommercial.gov.uk if you have any queries.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].

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.

The date in II.3) is the estimated date of publication, please refer to the CCS pipeline page http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice.

Please be advised that in preparation to participate in this competition for this framework that:

The cyber essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in the procurement for business process services, bidders will be required to demonstrate that they comply with the technical requirements prescribed by cyber essentials for the services under and in connection with the procurement.

The bidder may be awarded a framework contract but shall not enter into any call-off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the cyber essentials scheme for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of Official. It will be a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security

VI.5)Date of dispatch of this notice:
21/10/2019