Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 369051-2015

Display compact view

20/10/2015    S203

United Kingdom-Liverpool: Banking services

2015/S 203-369051

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.ukeenablement@crowncommercial.gov.uk
Telephone: +44 3450103503

Internet address(es):

General address of the contracting authority: https://www.gov.uk/ccs

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: public procurement
I.4)Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Merchant Acquiring Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6b:
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.

NUTS code UK UNITED KINGDOM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 18

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 30 000 000 000 and 72 000 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Crown Commercial Service (the Authority) is putting in place a 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.
The above public sector bodies have a need for merchant acquiring services, merchant acquiring equipment, and payment gateway services.
The Services within the scope of this Framework Agreement have been sub-divided into 3 Lots:
Lot 1: A multi-Supplier Lot for the provision of merchant acquiring services and merchant acquiring equipment;
Lot 2: A multi-Supplier Lot for the provision of merchant acquiring services and payment gateway services;
Lot 3: A multi-Supplier Lot for the provision of merchant acquiring services, merchant acquiring equipment, and payment gateway services.
This Framework Agreement will replace the existing Merchant Acquirer Service framework agreement (PS/09/93) which expires on 8.3.2016. The existing framework agreement is a single-supplier agreement for merchant acquiring services and merchant acquiring equipment. While Lot 1 of this Framework Agreement is similar in scope to the existing framework agreement, the scope of the Services available under Lot 2 and Lot 3 of this Framework Agreement are wider than the existing framework agreement in that payment gateway services will be included. In light of the increased scope of services, the Authority takes the view that it is unlikely that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) will apply to this Framework Agreement or when any of the existing call-off contracts come to an end. The incumbent supplier has also confirmed that it does not believe TUPE will apply to this Framework Agreement or any resulting Call-Off Contracts as there is no organised grouping of employees dedicated to providing the services. Potential Providers are therefore required to bid on the basis that TUPE will not apply at Framework Agreement or call-off stage.
Potential Providers are permitted to bid for all or any combination of the 3 Lots. However, in order to ensure that the Framework Agreement benefits from a diverse range of providers of payment gateway services, if a Potential Provider is awarded a Framework Agreement for Lot 3, the same Potential Provider will not be permitted to be awarded a Framework Agreement for Lot 2.
Where a Potential Provider is successful in Lot 3 and has also submitted a Tender for Lot 2, the Potential Provider's Tender for Lot 2 will be excluded from consideration for the Procurement for Lot 2.
Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).
II.1.6)Common procurement vocabulary (CPV)

66110000 Banking services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Crown Commercial Service is seeking to establish a Framework Agreement for the supply of Merchant Acquiring Services, Merchant Acquiring Equipment, and Payment Gateway Services.
The Framework Agreement will consist of 3 Lots:
Lot 1 — Merchant Acquiring Services and Merchant Acquiring Equipment: A multi-Supplier Lot across all UK public sector bodies to provide services including:
— Merchant Acquiring Services — the provision of the settlement service allowing the funds to pass from the end users (payer) card account into a Contracting Authority's bank account for payment of items and services quickly and securely in line with UK market transaction offerings in other sectors; and
— Merchant Acquiring Equipment — the provision of physical payment terminals, telephone order facilities and internet solutions to enable the card payment data to reach the merchant acquirer.
Lot 2 — Merchant Acquiring Services and Payment Gateway Services: A multi-Supplier Lot across all UK public sector bodies to provide services including:
— Merchant Acquiring Services — the provision of the settlement service allowing the funds to pass from the end users (payer) card account into a Contracting Authority's bank account for payment of items and services quickly and securely in line with UK market transaction offerings in other sectors; and
— Payment Gateway Services — the provision of Payment Gateway services to facilitate online acceptance of debit and credit cards, e-wallets and alternative payment solutions.
Lot 3 — Merchant Acquiring Services, Merchant Acquiring Equipment, and Payment Gateway Services: A multi-Supplier Lot across all UK public sector bodies to provide services including:
— Merchant Acquiring Services — the provision of the settlement service allowing the funds to pass from the end users (payer) card account into a Contracting Authority's bank account for payment of items and services quickly and securely in line with UK market transaction offerings in other sectors; and
— Merchant Acquiring Equipment — the provision of physical payment terminals, telephone order facilities and internet solutions to enable the card payment data to reach the merchant acquirer; and
— Payment Gateway Services — the provision of Payment Gateway services to facilitate online acceptance of debit and credit cards, e-wallets and alternative payment solutions.
Potential Providers are permitted to bid for all or any combination of the 3 Lots. However, in order to ensure that the Framework Agreement benefits from a diverse range of providers of payment gateway services, if a Potential Provider is awarded a Framework Agreement for Lot 3, the same Potential Provider will not be permitted to be awarded a Framework Agreement for Lot 2.
Where a Potential Provider is successful in Lot 3 and has also submitted a Tender for Lot 2, the Potential Provider's Tender for Lot 2 will be excluded from consideration for the Procurement for Lot 2.
Estimated value excluding VAT:
Range: between 30 000 000 000 and 72 000 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Authority may extend the duration of this Framework Agreement for any period or periods up to a maximum of 2 years in total from the expiry of the initial Framework Agreement period of 2 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Merchant Acquiring Services and Merchant Acquiring Equipment
1)Short description
A multi-Supplier Lot for the provision of merchant acquiring services and merchant acquiring equipment.
2)Common procurement vocabulary (CPV)

66110000 Banking services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Merchant Acquiring Services and Payment Gateway Services
1)Short description
A multi-Supplier Lot for the provision of merchant acquiring services and payment gateway services.
2)Common procurement vocabulary (CPV)

66110000 Banking services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Merchant Acquiring Services, Merchant Acquiring Equipment, and Payment Gateway Services
1)Short description
A multi-Supplier Lot for the provision of merchant acquiring services, merchant acquiring equipment, and payment gateway services.
2)Common procurement vocabulary (CPV)

66110000 Banking services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Potential Providers will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Crown Commercial Service and/or proposed by Potential Providers if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a Framework Agreement is awarded to a Group of Economic Operators, Crown Commercial Service may require the Group of Economic Operators to form a legal entity before entering into the Framework Agreement.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with Section 5 of the Regulations implementing the Directive on the basis of information provided in response to an Invitation to Tender (‘ITT’).
This procurement will be managed electronically via Crown Commercial Service'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 https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier

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 you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier 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.
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 help-desk email: eenablement@crowncommercial.gov.uk

Responses must be published by the date in IV.3.4).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with the ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1).

Crown Commercial Service may take into account any of the following information:
a) a copy of your audited accounts for the most recent 2 years, and/or
b) a statement of your turnover profit and loss account and cash flow for the most recent year of trading;
c) a statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or
d) an alternative means of demonstrating financial status.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Potential Providers will be assessed in accordance with Section 5 of the Regulations implementing the Directive, on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1)

Crown Commercial Service may have regard to any of the following means in its assessment:
(a) Up to 3 suitable contract examples, from the public or private sector, where similar requirements to those sought under this Procurement have been performed. Contracts should have been performed during the past 3 years. Customer contacts must be warned they may be contacted by Crown Commercial Service, to verify the accuracy of the information provided at any time;
(b) a list of the principal deliveries or main services provided over the past 3 years, with the sums, dates and recipients, whether public or private, involved;
(c) a description of the technical facilities and measures used by the Potential Provider for ensuring quality and cyber security;
(d) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RM3702
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 205-363041 of 24.10.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.11.2015 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 16.11.2015 - 15:00

Place:

Electronically, via web-based portal.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Potential Providers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

Crown Commercial Service expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition, and in no circumstances will Crown Commercial Service be liable for any costs incurred by the Potential Providers. If Crown Commercial Service decides to enter into a Framework Agreement with the successful Suppliers, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the Supplier and the specific requesting other contracting authority(s). Crown Commercial Service and other contracting authorities utilising the Framework Agreement reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4) is for the placing of orders. The Authority may extend the duration of this Framework Agreement for any period or periods up to a maximum of 2 years in total from the expiry of the initial Framework Agreement period of 2 years
The value provided in Section II.1.4) represents an estimate of the total turnover (i.e. the total value of monies acquired by contracting authorities via the services) of the Framework Agreement.
The value provided in Section II.1.4) is only an estimate. We cannot guarantee to Suppliers any business through this Framework Agreement.
In reference to Section II.1.4) (maximum number of participants envisaged to the Framework Agreement) — Framework Agreements will be concluded with the maximum number of Suppliers for each Lot (6 in Lot 1, 6 in Lot 2, and 6 in Lot 3). This may only increase as detailed in section 11.4 of the ITT.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:

http://www.ons.gov.uk/ons/search/index.html?pageSize=50&sortBy=none&sortDirection=none&newquery=Public+Sector+Classification+Guide

Local Authorities (England and Wales)

http://www.idea.gov.uk/idk/org/la-data.do

www.ubico.co.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

http://www.nationalparks.gov.uk/

Educational Establishments in England and Wales, maintained by the Department for Education, including Schools, Universities and Colleges but not Independent Schools

http://www.education.gov.uk/edubase/home.xhtml

Police Forces in the United Kingdom

https://www.police.uk/contact/force-websites/

Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests.
Fire and Rescue Services in the United Kingdom

http://www.fireservice.co.uk/information/ukfrs

http://www.nifrs.org/areas-districts/

http://www.firescotland.gov.uk/your-area.aspx

NHS Bodies England

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

Hospices in the UK

http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services

Registered Social Landlords (Housing Associations)

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Third Sector and Charities in the United Kingdom

http://www.charitycommission.gov.uk/find-charities/

http://www.oscr.org.uk/search-charity-register/

https://www.charitycommissionni.org.uk/ShowCharity/RegisterOfCharities/RegisterHomePage.aspx

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

http://www.citizensadvice.co.uk/

Scottish Public Bodies
The framework agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.
Scottish Government

http://www.gov.scot

Scottish Parliament

http://www.scottish.parliament.uk/abouttheparliament/27110.aspx

Scottish Local Authorities

http://www.gov.scot/About/Government/councils

http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx

Scottish Agencies, NDPBs

http://www.gov.scot/Topics/Government/public-bodies/about/Bodies

Scottish NHS Bodies

http://www.gov.scot/Topics/Health/NHS-Workforce/NHS-Boards

http://www.show.scot.nhs.uk/organisations/

Scottish Further and Higher Education Bodies

http://www.universities-scotland.ac.uk/index.php?page=members

http://www.collegesscotland.ac.uk/member-colleges.html

http://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx

Scottish Police

http://www.scotland.police.uk/your-community/

Scottish Housing Associations

http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/

The Scotland Office

https://www.gov.uk/government/organisations/scotland-office

Registered Social Landlords (Housing Associations) — Scotland

http://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.search

Scottish Primary Schools

http://www.educationscotland.gov.uk/parentzone/myschool/findaschool/index.asp

Scottish Secondary Schools

http://www.educationscotland.gov.uk/parentzone/myschool/findaschool/index.asp

Scottish Special Schools

http://www.educationscotland.gov.uk/parentzone/myschool/findaschool/index.asp

Scottish Public Bodies
National Records of Scotland
Historic Scotland
Disclosure Scotland
Registers of Scotland
Scottish Qualification Authority
Scottish Courts Service
Scottish Prison Service
Transport Scotland
The Scottish Government Core Directorates
Highlands and Islands Enterprise
Crown Office and Procurator Fiscal Service
Scottish Police Authority
National Museums of Scotland
Scottish Children's Reporter Administration
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Legal Aid Board
Scottish Natural Heritage
Skills Development Scotland
Visit Scotland
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:

http://www.assembly.wales/en/Pages/Home.aspx

http://gov.wales

NHS Wales

http://www.wales.nhs.uk/ourservices/directory

Housing Associations — Registered Social Landlords Wales

http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Universities in Wales

http://www.uniswales.ac.uk/universities/

Colleges in Wales

http://www.collegeswales.ac.uk/en-GB/wales_colleges-42.aspx

Schools in Wales (nursery, primary, middle, secondary, special, independent schools and pupil referral units)

http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en

Northern Ireland Public Bodies
Northern Ireland Government Departments

http://www.northernireland.gov.uk/gov.htm

Northern Ireland Public Sector Bodies and Local Authorities

http://www.northernireland.gov.uk/az2.htm

Schools in Northern Ireland

http://www.nidirect.gov.uk/index/do-it-online/parents-online/find-schools-and-nurseries.htm

Universities in Northern Ireland

http://www.deni.gov.uk/links.htm#colleges

Health and Social care in Northern Ireland

http://www.hscni.net/

Northern Ireland Housing Associations

http://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contact

Police Service of Northern Ireland

http://www.psni.police.uk/index.htm

Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another contracting authority listed above in this section VI.3) of this notice;
(ii) subject to management supervision by another contracting authority listed above in this section VI.3) of this notice; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another contracting authority listed above in this section VI.3) of this notice;
(iv) an association of or formed by 1 or more of the Contracting Authorities listed above in this section VI.3) of this notice;
Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that:
— such entity is calling-off services directly, solely and exclusively in order to satisfy contractual obligations to one or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account; and
— it will pass the benefit of the call-off contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
Cyber Essentials 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. There are 2 levels of certification: Cyber Essentials and Cyber Essentials Plus.
To participate in this Procurement, Potential Providers must be able to demonstrate that you comply with the technical requirements prescribed by Cyber Essentials for Services under and in connection with this Procurement by the time the first call-off contract is awarded.

Further details of Cyber Essentials may be found here https://www.cyberstreetwise.com/cyberessentials/

Further detail of the mandatory requirements may be found in PPN 09/14.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.10.2015