Financial Services Framework

Award

Value

£45,000,000

Classifications

  • Financial and insurance services
  • Financial consultancy services
  • Financial systems software package
  • Training services
  • Financial management consultancy services
  • Financial information systems
  • Financial analysis and accounting software package
  • Financial auditing services
  • Financial analysis and accounting software development services

Tags

  • award
  • contract

Published

3 years ago

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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Thames Freeport Skills Programme

1. Purpose of the Programme The Thames Freeport Skills Programme aims to build the capacity of the local skills and employment system to respond to the specific skills challenges and opportunities within the Thames Freeport area. The programme supports innovation, collaboration and growth in skills provision that aligns with the Freeport's wider ambitions to enhance productivity, drive inward investment and support local people to access high-quality jobs and careers. The fund is designed to support the development of new programmes, improvement of existing facilities, and the piloting of new skills interventions across core sector areas. Applicants must clearly define the outcomes they intend to deliver and explain how Thames Freeport Skills Programme funding will enable those outcomes to be achieved, as well as how other existing funding sources will be leveraged. Projects funded through this fund will be known collectively as the Thames Freeport Skills Programme. This procurement has been divided into nine Lots, as outlined in Section 8, and aims to appoint at least one supplier to each lot to support the delivery of the programme 2. Funding This funding has been made available as a direct result of the establishment of the Thames Freeport. It is intended to help develop or deliver proposals that will benefit the wider sector and help local businesses grow through improved skills supply and training provision. Funding is available for programme delivery projects and capital projects, or both. Thames Freeport will provide up to 100% of total eligible project costs. The minimum bid size is £20,000, and the maximum is £120,000 per programme delivery project, and a minimum of £50,000 and maximum of £200,000 for capital projects. Applicants may submit more than one proposal. All eligible tenders will be included in a pipeline of Thames Freeport Skills Programme projects. Projects in the pipeline will be prioritised on a regular basis. As funding becomes available, Thames Freeport may provisionally allocate funds to projects on this list. The dates on which prioritisation will take place will be published in advance on the Thames Freeport website: https://thamesfreeport.com. Thames Freeport reserves the right to decide which projects it will fund. Meeting the eligibility and assessment criteria does not guarantee funding. 3. Procurement Act 2023 Compliance The ITT will be available through a central digital platform, as required under the Procurement Act 2023. This ensures transparency in procurement route and regulations applicable. The ITT will be published on the Find a Tender platform. In accordance with the Procurement Act 2023, notices and award details will be published on the Find a Tender platform. Contract KPIs, award notices, and performance tracking will also be disclosed where applicable. This procurement is being conducted by Matt Hamnett & Associates Ltd, trading as MH&A. Company number: 11197120. Registered address: 1a Kingsbury's Lane, Ringwood, England, BH24 1EL. MH&A will act as the Contracting Authority for the purposes of this procurement and will enter into contract(s) with the successful supplier(s). Due to administrative limitations, the procurement notice is being published via the Thames Freeport (TFP) buyer account on the UK Government's Find a Tender platform. This is to ensure compliance with public procurement regulations, as the funding for this contract is grant-funded and subject to public authority oversight. However, all procurement activities, including supplier engagement, evaluation, and contract award and any prevailing contracts are being administered by MH&A. Bidders should direct all communications, clarifications, and submissions as instructed in this notice and the procurement documents. Further Information can be found in the attached ITT Document IMPORTANT: To register your interest and ensure you receive any revised or updated documentation or clarification responses, please email [email protected] with your company name and contact details. You may request to be removed from the distribution list at any time should you choose not to submit a bid.

Katy Reed

Published 23 hours ago
Open

Payment Exception Service - Planned Procurement Notice

This is a new Planned Procurement Notice to supersede the previous UK2 Notice. Please refer to previous Notices if necessary. Link - https://www.find-tender.service.gov.uk/Notice/034109-2025 DWP is procuring a Supplier to create and operate a system (the "Payment Exception Service") which will allow benefit and pensions recipients (which DWP refers to as “Customers”) without bank accounts to receive payment of entitlement through an alternate method of payment. The service is required to fulfil the Secretary of State obligation to pay benefit and pensions payments on time, on the due date, to the correct customer. Customers will need to be able to access their payments in cash at a wide range of geographical locations. Suppliers will need to ensure comprehensive coverage, which DWP will further define in the Tender Notice. The geographical scope of the Payment Exception Service will be for Great Britain and Northern Ireland. Benefit payments are usually paid weekly, monthly or 4 weekly. This will be a “Payment Service” as defined by the Payment Services Regulations 2017. DWP considers that a simple and robust delivery model is the best way to ensure that particularly vulnerable customers can access their payments. To meet the Governments mission-led focus, DWP’s ambition is to ensure that only customers who genuinely need the service are relying on PES over the coming years. Customers who are able to should be paid by alternative means, to help support them to become financially included. Consequently, it is intended that DWP will include within the specification business requirements which will have as their aim the lowering of the number of people depending on the PES. DWP estimate the date for suppliers to submit Tenders in this Competitive Flexible Procurement will be early to mid-September 2025 (Tender Submission Date.) It is not envisaged that there will be a separate “Request to Participate” stage. Conditions of Participation will be set out in the Tender Notice and bids will be assessed based on legal, financial capacity and technical ability. DWP strongly advise that potential suppliers review the Conditions of Participation and the fundamental requirements carefully before compiling a full bid as failure to meet these requirements may result in your bid being excluded. Tender Documents may be obtained via DWP e-procurement system. Further details will be provided at Tender stage. DWP will not be conducting any further Market Engagement in respect of this procurement, as DWP has recently conducted Market Engagement in respect of the services to be included in this procurement. This was completed in the previous procurement as detailed above. Any Conditions of Participation that DWP require will be added to the Tender Notice. a)This notice does not relate to a special regime contract. b)An electronic auction will not be used for this procurement. c)The contract is a contract for which the United Kingdom has obligations under the GPA and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). d)The contract is not awarded by reference to lots.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete