1. Home
  2. DPS marketplace
Grant Administration Services

Clarifications

There are 39 clarifications for this DPS

45. Our firm is a part of a group. The parent owns an FCA authorized entity. We would like the parent to make the application, should we consider the subsidiary a contractor? The parent is responsible for the systems integration work of any potential contract.
You are able to join the DPS as a parent with a subcontractor if you wish, but the parent would be classed as the lead bidder and any contracts awarded would be between the buyer and the lead bidder (the parent). Please ensure, at application, all subcontractors are declared. As a separate note, FCA authorisation is not a requirement of joining the DPS.
Answered
19/12/2023 10:14
44. Good morning, I am currently updating our SQ Evidence Submission. Please can you clarify what evidence should support Q179 and Q180 - we are not clear on these questions Q179 are you requesting a list of contracts for similar services or something different? Q180 what are you terming as 'certificates' how does this differ from Q179? Many thanks and thank you
As stated in the DPS Needs document. This question is not applicable for the Grant Administration Serviced DPS.
Answered
02/11/2022 14:13
43. Is it possible to alter the supplier response once its been locked/ restart the application?
It is possible, however to change their responses they will have to resubmit the full application. During this time period,they will be removed from the DPS and will go back to 'application' stage. Once submitted, the application will need to be re-assessed. Provided the supplier passes the assessment, they will then be appointed to the DPS.
Answered
02/11/2022 14:14
42. We are looking at the six key services and would like further clarity with regard to "Counter Fraud Services". Please can you confirm if an organisation can / should select this option if it complies with all of the aspects listed as part of taking steps in order to protect grant funding received from fraud, or whether this service is only applicable if an organisation's primary expertise / business is Counter Fraud Services (i.e. an organisation which might detect / investigate instances of potential fraud on behalf of other grant holders)?
A detailed overview of the requirements for Counter Fraud Services can be found in DPS Schedule 1 - Specification, paragraph 1.3.7
Answered
02/11/2022 14:14
41. We are looking at the six key services and would like further clarity with regard to "Counter Fraud Services". Please can you confirm if an organisation can / should select this option if it complies with all of the aspects listed as part of taking steps in order to protect grant funding received from fraud, or whether this service is only applicable if an organisation's primary expertise / business is Counter Fraud Services (i.e. an organisation which might detect / investigate instances of potential fraud on behalf of other grant holders)?
A detailed overview of the requirements for Counter Fraud Services can be found in DPS Schedule 1 - Specification, paragraph 1.3.7
Answered
02/11/2022 14:15
40. We were having a look at the "Specifications" Schedule and it mentions the following: "The Supplier shall provide Services as detailed in the Services Matrix of DPS Schedule 2 (Key Performance Indicators and Services) of RM6172 DPS Agreement" However DPS Schedule 2 is called "DPS Application" (and we assume it will be completed with our application) and we are not able to see any contract schedules which are called "Key Performance Indicators and Services". Please can you let us know where the document is part of the application documents? Thanks
This is a typo - DPS Schedule 2 relates to the DPSQ. Within the DPSQ, suppliers can list their provided services against the services matrix. The DPSQ can be found in the bid pack, additionally, the a detailed overview of the services can be found within DPS Schedule 1 - Specification from paragraph 1.3.
Answered
02/11/2022 14:16
39. The questions I am given on the SQ do not match up to the questions on Attachment 6. I am not given the option to access the DPSQ section and the questions. Please could you advise - I have read through the guidance document numerous times. Thanks in advance
The SQ within the bid pack (attachment 6) does match the SQ listed. Depending on answers to certain questions, not all questions in the SQ are applicable so will not appear on your application. The DPSQ is unique to this DPS and is the second section, which can be accessed once the first SQ section is completed by the applicant
Answered
01/11/2022 15:13
38. The questions I am given on the SQ do not match up to the questions on Attachment 6. I am not given the option to access the DPSQ section and the questions. Please could you advise - I have read through the guidance document numerous times. Thanks in advance
The SQ within the bid pack (attachment 6) does match the SQ listed. Depending on answers to certain questions, not all questions in the SQ are applicable so will not appear on your application. The DPSQ is unique to this DPS and is the second section, which can be accessed once the first SQ section is completed by the applicant
Answered
01/11/2022 15:12
36. Please can you clarify exactly which questions from the Selection Questionnaire are Not Applicable? Answers to previous CQs conflict with what is printed in the READ FIRST DPS Needs document, which lists 133, 134, 135, 143, 149. 150-154, and 157-161 only.
As per the Read First document in the bidpack, the following questions are not applicable to this DPS: (Read First pdf) 25. Selection Questionnaire - Not Applicable questions Part 1: (Contract Example 1) - Q133 Part 1: (Contract Example 2) - Q134 Part 1 (Contract Example 3) - Q 135 Part 2: (Product Liability) - Q143 Part 3: (Steel) Q147 - Q149 Part 3: (Supply Chain) Q150 - Q154 Part 3: (NHS Questions) Q157 - Q161
Answered
27/04/2022 16:07
35. You have stated in the 'Dynamic Purchasing System (DPS) Needs' and the SQ the following: (e) Do not confirm that you have Employer's (Compulsory) Liability Insurance of £5,000,000.00 minimum; (f) Do not confirm that you have Public Liability Insurance of £1,000,000 minimum; What I need clarification on is that as a Ltd. company who only has one director who does not receive a wage, and is a virtual business (meaning we do not physically interact with other people only via virtual means, email, phone, video conference, internet, etc. we are, therefore, not required to have either of these insurance policies. This is stated here: https://www.hse.gov.uk/pubns/hse40.pdf "companies employing only their owner where that employee also owns 50% or more of the issued share capital in the company".
Good morning. Thank you for your message. I believe that you have now spoken with the Category Team for RM6172, and that the matter has been resolved. If you have any questions in the future, then please do not hestitate to get in touch. Kind regards, Crown Commercial Service
Answered
29/07/2021 08:56
33. We are completing the selection questionnaire and applying as a single entity. However, we will probably seek to add another economic operator and potentially several key subcontractors. Two questions arise: 1. Can we add economic operators and/or key subcontractors once appointed and if so how long would that process take? 2. Are we able to add economic operators/key subcontractors once the SQ and DPSQ have been completed and we are awaiting to be appointed?
You can update / amend your profile after appointment and will find help for how to do this at the link below; https://supplierregistration.cabinetoffice.gov.uk/faq/en_GB/update_DPS_details There is a template for adding additional sub contractors (attachment 4) in the bidpack and further explanation in the Read First document. If you encounter difficulty updating your profile please contact support@NQC.com
Answered
27/04/2022 16:05
32. Good Afternoon. We asked a clarifying question earlier this month but have not yet had a response from CCS. Could you please provide a response at your earliest convenience. Here is the question, for reference: Good afternoon. Clause 14.8 of the DPS Core Terms v1.0.1 indemnifies CCS and each Buyer against any and all Losses incurred if the Supplier breaches Clause 14 and any Data Protection Legislation. Clause 11.5 states that this would be on an uncapped basis. An uncapped position is inconsistent with a number of other recent CCS DPS Frameworks that we have been appointed on (including Cyber Security Services 3, Artificial Intelligence and Automation). Would CCS be willing to cap the data protection indemnity? Secondly, CCS confirmed in a prior answer regarding this issue that "further assurance" would have to be sought from the Buyer if we seek to cap data protection liability during the call off stage. In the event that further assurance is sought during the call off stage (prior to award) but the buyer is unwilling to cap data protection liability, can the supplier decline to bid for that reason?
Good morning, Apologise for the delay in providing a response to your question. We will get back to you as soon as we have had a response from our Category Team. Kind regards, Crown Commercial Service
Answered
14/05/2021 11:04
31. Please can you clarify what you mean by 'performance certificate' Thanks
Dear Bidder, Thank you for your message. Please find below the response from our Category Team; Please note that within the READ FIRST RM6172 Grants and Administration Services - DPS Needs V1 at 25.1 Part 3: (Supply Chain) Q150 - Q154 are listed a not applicable questions therefore you will not need to provide a response to this question. Kind regards, Crown Commercial Service
Answered
19/05/2021 10:28
30. Good afternoon. Clause 14.8 of the DPS Core Terms v1.0.1 indemnifies CCS and each Buyer against any and all Losses incurred if the Supplier breaches Clause 14 and any Data Protection Legislation. Clause 11.5 states that this would be on an uncapped basis. An uncapped position is inconsistent with a number of other recent CCS DPS Frameworks that we have been appointed on (including Cyber Security Services 3, Artificial Intelligence and Automation). Would CCS be willing to cap the data protection indemnity? Secondly, CCS confirmed in a prior answer regarding this issue that "further assurance" would have to be sought from the Buyer if we seek to cap data protection liability during the call off stage. In the event that further assurance is sought during the call off stage (prior to award) but the buyer is unwilling to cap data protection liability, can the supplier decline to bid for that reason?
Dear Bidder, Thank you for your message. Please find below the response from our Category Team; (i) We are currently reviewing the possibility of a variation here but at present the current T&Cs for this clause remain in place. With regard to (ii) Yes a supplier could decline to bid. Kind regards, Crown Commercial Service
Answered
19/05/2021 10:26
28. Good morning. Clause 14.8 of the DPS Core Terms v1.0.1 indemnifies CCS and each Buyer against any and all Losses incurred if the Supplier breaches Clause 14 and any Data Protection Legislation. Clause 11.5 states that this would be on an uncapped basis. An uncapped position is inconsistent with Cabinet Office direction as documented in the most recent Model Services Contract Guidance where it states that "unlimited liability is disproportionate and can have the effect of deterring bidders and raising prices due to the inclusion of large risk premiums" and is also inconsistent with a number of other recent CCS Frameworks (including CSS3 and DOS4). On this basis would CCS be willing to (i) cap the data protection indemnity to £10m as it has with other frameworks; or if unable due to the framework already being live, (ii), provide an assurance that a supplier may validly seek to cap this liability at a Buyer call off stage and ensure that Buyers are made aware of this in the framework guidance so that any such proposed limitation will not invalidate their proposal. Many thanks.
With regard to (i) We are currently reviewing the possibility of a variation here but at present the current T&Cs for this clause remain in place. With regard to (ii) As stated in (i) above, the T&Cs are to remain as is. However, if you decide to seek a cap at call off stage you may do so. It will be the decision of the buying authority to accept or insist on the terms as stated. This further assurance must be sought as part of clarification so as not to mislead the Buyer during contract evaluation. If you were a winning supplier and this further assurance had not been sought we would expect you to accept the terms as written. In summary, you must be prepared to accept the terms as stated when onboarding the DPS.
Answered
15/03/2021 15:25
27. Good afternoon, I am currently in the process of submitting our firm's response to Grant Administration Service DPS. At SQ Evidence Submission stage (Question 179) is there is a particular template that needs to be completed and how many relevant principal contracts must be provided? Also, for Question 180, documentary evidence for a certificate is required for each principal contract. Can you confirm if there is a template/particular format required and what information is required here also? I have looked through all the bid documents but cannot find the information I require for these questions. According to the Read First document, contract examples are not required at Q133, 134 and 135. Does that mean that Q179 and Q180 are not required also? If so, can you advise how to proceed as something must be uploaded at Q179 and Q180. Thanks in advance.
As stated in the DPS Needs document. This question is not applicable for the Grant Administration Serviced DPS.
Answered
15/03/2021 15:29
26. I've been asked by a UK Gov department to register as a supplier in the DPS marketplace for Grant Administration Services. But i cannot complete the related questionnaire because my company is based in Ireland. I cannot progress past qs. 4 and 5, UK format postcode and UK format company registration number. Is the the DPS marketplace restricted to UK based companies?
The DPS is not restricted to the UK. For help completing these questions with non-UK details please contact support@nqc.com
Answered
27/04/2022 16:03
25. On questions 144- 146 about apprenticeships and skills development. What if the company doesn't have a policy or commitment through this specific area? Is Q144 a PASS/FAIL question?
Question 144 is not a PASS/FAIL QUESTION. All questions that are evaluated as PASS/FAIL questions in the SQ and DPSQ are clearly marked as PASS/FAIL questions.
Answered
18/11/2020 10:50
24. 1.Question 3 -Please select the CPV (Common Procurement Vocabulary) codes which describe the product/services included in this standard Selection Questionnaire. - What is the code I need to use here? 2.Question 129 Do you meet the minimum level of economic and financial standing and/or minimum financial threshold specified within the evaluation criteria for this procurement? - I contacted D&B and they told me that in order to get the score we will need to pay for a 12-month subscription. Is there any way we can get this score without paying for that as we need it to actually answer this question? 4.Question 53. Please confirm if you intend to use a supply chain for this contract - What other specific services would be considered as supply change under this framework? 5.For NOT required questions such as Q133 and Q147-149. - Do we need to select and provide a NO as an answer or do we need to leave them blank? 6.Q137 - Is this question also NOT required?
CPV codes (Common Procurement Vocabulary) are codes used to classify goods and services in a consistent manner. The contract notice for this procurement lists those CPV codes that CCS considered relevant to this DPS. If you are unsure which codes to use, review the codes listed on the contract notice and see if they match your organisation's capabilities. You can find the contract notice for this procurement by following the URL address below: https://ted.europa.eu/udl?uri=TED:NOTICE:395358-2020:TEXT:EN:HTML Comprehensive lists of all CPV codes can be found online using a search engine. Tenders Electronic Daily provide a downloadable list here: https://simap.ted.europa.eu/cpv Question 129: CCS will conduct a D&B assessment on your organisation when you submit a bid. Unless you have any significant doubts about the solvency of your business, please answer this question with a 'yes'. Question 53 refers to use of third parties to fulfil the DPS Services. If your organisation has recognised a need to use third parties to fulfil the DPS Services specified in DPS Schedule 1, please respond to this question with a 'yes' and provide further details were required.
Answered
18/11/2020 10:52
23. Is there any possibility of indicating what proportion of opportunities/value to be procured under RM6172 are anticipated to be healthcare related?
CCS are not able to confirm what proportion of the opportunities to be procured will be healthcare-related.
Answered
11/11/2020 09:12

Welcome to Supplier Registration Service chat.
Please do not send any confidential information.

Please be aware that this chat is using translation software powered by Google Translate which may affect the accuracy of the language and phrases used.

Are you sure you wish to end this chat? Are you sure you wish to disconnect this chat? New chat message from Please use the 'End Chat' link to end this chat and close the window. Do you want to reset the chat window position? Reset windows