664_25 Consultancy Services

Complete

Buyers

Value

£320,000,000

Classifications

  • Financial consultancy, financial transaction processing and clearing-house services

Tags

  • tender

Submission Deadline

11 months ago

Published

1 year ago

Description

ESPO on behalf of ESPO and YPO are seeking to establish a framework agreement with a number of service providers for the provision of consultancy services to the Public Sector. These services will be provided on a national basis across the UK. The key aim of the framework will be to create efficiencies and promote cost savings by providing customers with access to pre-approved service providers whom they may appoint using a simple and streamlined procurement process.

Lot 1a - Business Services
Lot 1b - Procurement and Contract Management Services
Lot 1c - Education Services
Lot 2a - Audit Consultancy
Lot 2b - Internal Audit Services
Lot 2c - External Audit Services
Lot 2d - General Finance
Lot 2e - Revenues and Benefits
Lot 2f - Tax
Lot 2g - Treasury Management
Lot 3 - Food and Catering
Lot 4a - Health
Lot 4b - Social Care (Adults and Childrens)
Lot 5 - Highways, Traffic and Transport
Lot 6a - Operational IT
Lot 6b - Strategic IT
Lot 7 - Sport Leisure, Culture and Tourism
Lot 8a - Asset Management and Delivery
Lot 8b - Environment and Sustainability
Lot 8c - Facilities Management
Lot 8d - Health and Safety
Lot 8e - Housing and Housing Support
Lot 8f - Planning, Valuation and Infrastructure
Lot 8g - Regeneration and Regional Development
Lot 8h - Waste and Recycling
Lot 9a - Research and Engagement
Lot 9b - Marketing, Communications and PR
Lot 10 - Strategic Programmes and Projects

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated includes the option period.

The minimum financial requirement for the purposes of the current tender exercise is stated in the procurement documents.

This contract will contain a contract monitoring clause which will require suppliers to ensure that there is no material detrimental change in their financial standing and/or their credit rating (as determined by use of a Credit Reference Agency).

To tender:
(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '664_25' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

Additional information: As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

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

Mole Valley District Council - Payment Card Industry DSS Compliance

Mole Valley District Council (“the Council”) invites tenders for the provision of Payment Card Industry (PCI) Data Security Standard (DSS) Compliance services, to be provided by a Qualified Security Assessor (QSA) as set out in these documents. The Council provides a range of goods and services which residents and visitors to the district can purchase in person, via telephone or ecommerce in four locations, including Dorking Halls theatre and the Fairfield day centre. The Council is fully PCI DSS compliant and had a PCI audit during the last 12 months. The Council has QSA certified A, P2PE and C-VT SAQ’s and AOC’s, the first of which expires on 11 March 2026. The Council requires the provision of PCI DSS consultancy from a QSA with experience of Version 4 PCI DSS compliance in local authorities or equivalent to assess the Council’s compliance with the latest version of the PCI DSS, to recommend which SAQ(s) is/are most appropriate to the Council, and to provide to the Council completed and QSA certified SAQs and Attestations of Compliance (AOCs) each year during the contract period. The Commencement Date for the delivery of the services is scheduled to be on Monday 1st December 2025 at 00:00 hours. The Contract will be awarded for a period of two years until Tuesday 30th November 2027, with an option to extend for a further one year period subject to performance and the absolute discretion of the Council.

Katy Reed

Published 1 week ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Corporate Solutions Procurement Team

[email protected]

Timeline complete