What suppliers need to know about modern slavery policy in procurement

This article explains what you need to know about the government’s modern slavery policy if you’re a small or medium-sized enterprise (SME).

What is Modern Slavery?

Modern Slavery is often a hidden crime involving denying another person’s freedom. It includes:

  • slavery
  • forced and compulsory labour
  • debt bondage
  • human trafficking

The government introduced the Modern Slavery Act in 2015 to tackle these crimes.

What is Procurement Policy Note 009 and why was it introduced?

The UK government uses Procurement Policy Note (PPN) 009 to address modern slavery. PPN 009 makes sure public sector buyers (contracting authorities) identify and manage the risk of modern slavery occurring in their supply chains.

Modern slavery risk must be considered throughout the commercial lifecycle. Starting at the pre-market engagement (PME) stage to procurement and contract delivery.

Modern slavery risk assessment starts with market engagement

A public sector buyer’s (contracting authority’s) proposed approach to modern slavery should be tested with potential bidders during pre-market engagement. This is to make sure:

  • it’s not burdensome or likely to deter SMEs and voluntary, community, and social Enterprises (VCSEs) from bidding
  • the approach is relevant to the risk

You can find more information in Section 2 of PPN 009: Guidance on tackling modern slavery in government supply chains.

Pre-market engagement provides SMEs and VCSEs with an opportunity to:

  • provide feedback on the modern slavery risk rating
  • highlight any initiatives and measures they already have in place to tackle modern slavery risks in their organisation and supply chains

Modern slavery mandatory exclusion offences

Under the Procurement Act 2023, bidders who have committed modern slavery offences within the last 5 years face automatic removal (known as mandatory exclusion),  unless they can show remedial action (correcting the issues identified in the offence).

Evidence of modern slavery without a conviction may also result in removal (discretionary exclusion).

What modern slavery questions must bidders answer in a procurement specific questionnaire?

Bidders (potential suppliers) included in Section 54 of the Act have an annual turnover above £36 million, and carry out a business, or part of a business, in the UK.

They must write and prepare a slavery and human trafficking statement which must be reviewed, updated and published every year, within 6 months of each financial year end.

Modern slavery statements should be published in a prominent place on the bidder’s UK website.

A bidder’s statement must:

  • clearly state that board approval has been given, include the date of approval and be signed by a Director (or equivalent) 
  • detail the steps taken during the financial year to ensure that slavery and human trafficking is not taking place in supply chains and in any part of its own business
  • set out where supply chains are located 
  • describe the nature of risks in relation to those locations

Bidders must provide a link to the statement that appears in a prominent place on their organisation’s UK website homepage.

How are bidders evaluated for modern slavery risk at procurement award? 

Some contracts – like those for electronics – are at higher risk of modern slavery occurring within the supply chain. In these circumstances a buyer (contracting authority) may decide to include:

  • policy outcomes from the Social Value Model  such as “Tackling Workforce Inequality” referenced in PPN 06/20, or “Fair Work” referenced in PPN 002 and the accompanying Model Award Criteria (MAC) “Identifying and managing the risks of modern slavery” under Mission 1) in their procurement and contract 
  • a relevant Modern Slavery Award Question requiring bidders to show action to identify and manage the risks of modern slavery throughout the contract
  • requirements to manage modern slavery risk in supply chains (where these issues are proportionate and relevant to the subject matter of the contract in their specification)

Read more on how we assess and award suppliers who bid for a place on our agreements.

Modern slavery compliance: 4 things small and medium enterprises need to know

It’s important bidders know that commercial teams must consider the impact of PPN 009 on SMEs and VCSEs. This means that when applying the PPN they must:

  1. Ensure barriers to participating in new procurements are not created for SMEs, adhering to Section 12 (4) of the Procurement Act 2023.
  2. Not place unnecessary burdens on SMEs and VCSEs when assessing risks in existing contracts, considering proposed terms and conditions, reporting and KPIs.
  3. Ensure modern slavery risks are clear to potential bidders.
  4. Avoid adopting a blanket approach to tackling all risks in the same way – the approach should be proportionate based on the risks identified.

Tips for small and medium enterprises on navigating the Government’s modern slavery policy process

  1. Read the Home Office’s publish an annual modern slavery statement guide.
  2. Read the Home Office’s updated Transparency in supply chains: a practical guide.

These will help you identify if your organisation needs to publish a modern slavery statement and what to include in it.

How is modern slavery managed within existing contracts?

  • all suppliers in high or medium risk categories (such as construction or technology) may be invited to use the modern slavery assessment tool (MSAT) or an equivalent tool
  • we carefully review MSAT assessment results and hold follow-up discussions with suppliers who have a high or medium risk score
  • we work with suppliers to put effective risk mitigation plans in place

How is Crown Commercial Service helping to tackle modern slavery?

At Crown Commercial Service we use the best modern slavery assessment methods available to us – this means our customers can feel assured when buying through our agreements. 

Find out more about how we’re helping customers tackle the modern slavery risk in their supply chains

Read more supplier guidance

Looking for more helpful guidance to help you supply to the public sector? Read more in our supplier specifics series.

Feedback

We always welcome feedback, suggestions or queries. Please submit your feedback to smefeedback@gca.gov.uk

Changes to our agreements in September

Welcome to our monthly commercial agreement update to help you with your procurement planning. We will publish it online each month and also share it in our newsletters and on our social media channels.

A commercial agreement, or agreement, can refer to frameworks, dynamic purchasing systems (DPS), open frameworks, closed frameworks and dynamic markets.

This update provides a brief summary of what has been awarded, extended or expired during the previous month. It also outlines what is due to expire in the next 3 months.

You can get an overview of all of our live agreements in our interactive digital brochure.

Agreements awarded in September

Agreements extended in September

No agreements were extended in September.

Agreements that expired in September

Agreements due to expire in the next 3 months

Further information

If you need further details about any of these agreements get in touch.

You can also find out what new procurements we are working on by exploring our upcoming agreement page.

If you don’t currently receive our monthly customer newsletter why not also subscribe to receive these updates and more directly to your inbox? fill in this short form.

Changes to our agreements in August

Welcome to our monthly commercial agreement update to help you with your procurement planning. We will publish it online each month and also share it in our newsletters and on our social media channels.

A commercial agreement, or agreement, can refer to frameworks, dynamic purchasing systems (DPS), open frameworks, closed frameworks and dynamic markets.

This update provides a brief summary of what has been awarded, extended or expired during the previous month. It also outlines what is due to expire in the next 3 months.

You can get an overview of all of our live agreements in our interactive digital brochure.

Agreements awarded in August

No frameworks were awarded in August.

Agreements extended in August

Agreements that expired in August

Agreements due to expire in the next 3 months

Further information

If you need further details about any of these agreements get in touch.

You can also find out what new procurements we are working on by exploring our upcoming agreement page.

If you don’t currently receive our monthly customer newsletter why not also subscribe to receive these updates and more directly to your inbox? fill in this short form.

How we assess and award suppliers who bid for a place on our agreements

The public sector spends billions each year buying goods and services from the private sector. As a supplier, being awarded a place on a Crown Commercial Service (CCS) commercial agreement is a great way to potentially:

  • increase your revenue
  • enhance your reputation
  • grow your organisation

Can small and medium sized enterprises become public sector suppliers?

Yes, small and medium sized enterprises (SMEs) can become public sector suppliers. Public sector procurement is not only for large organisations. In fact many suppliers are:

  • small and medium-sized enterprises
  • voluntary, community, and social enterprises
  • micro-businesses

CCS encourages organisations of all sizes to become suppliers. Our bidding and award process aims to foster healthy competition and bring the right market expertise to offer customers quality and value.

How do we assess and award suppliers who bid for a place on Crown Commercial Service commercial agreements?

Each commercial agreement is different, but as a general rule, suppliers must demonstrate that they can provide the goods and services required to an agreed standard.

Tenders are awarded based on the defined set of award criteria, outlined in the associated tender documentation.

CCS follows a 5-step process from when tenders are received to when they are assessed and awarded:

  1. Initial compliance check: ensuring the tender meets all of the Procurement Act 2023 conditions of participation.
  2. Technical assessment: assessing the quality, methodology, and technical approach.
  3. Price assessment: different assessors from those who assess the quality responses will calculate your price score using the assessment methodology.
  4. Scoring and ranking: assigning scores based on the assessment methodology.
  5. Issuing the assessment summaries to all bidders

How do we ensure bidders have all the information they need to submit a bid?

Each bidder gets essential information on how to bid. This is called a bid pack. The bid pack includes information on:

  • timelines
  • clarification questions
  • how to submit the tender
  • what you need to submit
  • the structure of the competition
  • how CCS will assess tenders and the competition rules

In the bid pack, Attachment 2 (how to tender) and Attachment 2d (quality questionnaire) provide bidders with a range of questions and associated scoring criteria for assessment.

CCS uses quality questions to assess aspects like supplier experience, technical capability, and proposed solutions, ensuring a holistic evaluation.

What is the clarification period and how does it help Small and Medium Sized Enterprises?

The clarification period allows time for potential suppliers to ask questions, ensuring they have a full understanding of the bid back requirements before submitting their bid. This period begins immediately after the invitation to tender is released.

You should ensure that you make a note of the clarification period deadline and that you ask questions before it expires.

Five tips for small and medium sized enterprises when responding to the award criteria

  1. Read each question thoroughly and ensure you fully understand the award criteria, sub-criteria, assessment methodology, response guidance and marking scheme before starting to respond.
  2. Responses should be limited to and focused on the sub criteria, try to avoid providing generalised statements, for example lists of’ what’ you do with no explanation of ‘how’ or irrelevant information.
  3. If the question is broken down into component parts, break down your answer into the same component parts and clearly mark them.
  4. Adhere to the character and/or word limits. Anything over the character count will be excluded from the assessment.
  5. There may be quality questions that will be assessed as ‘pass or fail’. If you answer no to these questions, your tender will not progress further.

How does CCS choose and assign assessors?

CCS will work with stakeholders before the invitation to tender is released to gather details of potential assessors. All assessors will be issued with an ‘assessors declarations form’ to record any conflicts of interest, detail relevant experience, qualifications and seniority.

Once assessors have been chosen they will be assigned particular questions to match their expertise and experience.

All assessors will be given identical training, delivered by CCS, to ensure a consistent approach is always followed.

What happens during the assessment of bids process?

Once the deadline for bid submissions expires and compliance checks have been concluded, the assessment process will commence. The assessment process will take place independently, with no interaction between assessors.

  • each assessor will independently evaluate bidders’ responses to the quality questions assigned to them using the award criteria provided in the bid pack and assessment methodology, giving a mark and a reason for their mark for each question
  • once assessors have evaluated all bids, CCS will arrange for the assessors to meet for “consensus” with a CCS facilitator to discuss their marks and their reasons for them – this will continue until each assessor can reach a consensus regarding the final mark and a note recorded of the rationale for this to enable CCS to provide feedback to the bidder in the assessment summary
  • the price assessment will run alongside the award criteria assessment – CCS will calculate bidders final score by adding the quality score to the price score by using the published assessment methodology (this is outlined in Attachment 2 – how to tender)

What can bidders expect to receive in an assessment summary and how does it help them?

Before the contract award notice and standstill period, bidders will be provided with an assessment summary, which explains the outcome of their tender assessment.

The purpose of the assessment summary is:

  • to give bidders enough information to understand why their tender was successful or unsuccessful
  • to help unsuccessful bidders understand how the Most Advantageous Tender (MAT) was chosen, based on the award criteria and assessment methodology
  • to ensure feedback to bidders is consistent, fair, open and transparent and allows bidders
  • to improve on future bidding responses
  • to provide unsuccessful bidders with the best indication of the gap between their unsuccessful tender and what was required to be successful

What is a standstill period and why is it necessary?

The standstill period takes place after the assessment summaries have been issued to bidders.

It is a time period of at least 8 working days when CCS is not permitted to enter into the contract with any of the successful bidders.

During the standstill period, bidders can ask questions that relate to CCS’s decision to award.

What happens at the agreement award stage and what do bidders need to do?

After the standstill period, successful bidders will receive their framework contract through a DocuSign email.

Bidders must sign the framework contract and provide the appropriate certifications and evidence of insurance requirements within the required timescales.

Find out more about bidding on our agreements

For more information when bidding on a CCS agreement please follow the instructions in the bid pack. Ask clarification questions if needed and read all of the questions published and the responses.


This article is part of our Supplier Specifics series containing helpful advice on how to supply products or services to the public sector.

We always welcome feedback, suggestions or queries. These can be submitted to smefeedback@gca.gov.uk

CCS to showcase digital innovation at DigiGov Expo 2025

Crown Commercial Service (CCS) will host a dedicated pavilion at this year’s DigiGov Expo, the UK’s largest public sector technology event, taking place at ExCeL London on 24 to 25 September 2025.

The new CCS Pavilion will bring together technology suppliers and public sector buyers, creating opportunities to explore innovative solutions that can transform public services. With the Procurement Act 2023 now in effect, the pavilion will serve as a vital hub for understanding how to maximise value in technology procurement.

DigiGov Expo will bring together over 3,000 digital, data, and technology experts from Central Government departments, local authorities, and the wider public sector, to explore the latest innovations from tech suppliers, share best practices, and address the critical challenges and priorities for public sector digital reform.

The event will also feature mini theatre speaker sessions including presentations by:

  • Lucy Mccormack, our Small and Medium Sized Enterprise (SME) champion, on the work CCS is doing to support SMEs 
  •  Agata Taylor and Andy Gowanlock, CCS Commercial Leads on how CCS is supporting customers and suppliers to get to grips with the new procurement regulations

You can view the full agenda for the CCS mini theatre on the DigiGov website.

Philip Orumwense, Commercial Director and Chief Technology Procurement Officer at CCS will also be taking part in a panel session on Wednesday 24 September from 3:40pm to 4:30pm on Fostering Innovation: How can the government improve the way it works with industry and invests in capabilities for the UK?

Philip says:

I am delighted that CCS will be attending the DigiGov Expo event once again. It’s a wonderful opportunity for discovery – a chance for those who buy and supply for the public sector to share their knowledge and experience.

It further demonstrates how CCS is committed to supporting effective public sector procurement and the acceleration of modern digital government.

Public sector representatives can register now for complimentary places, available for a limited time. For more information and to register, visit the main expo website or register directly here.

What is the competitive flexible procedure and how does it work for buyers?

The competitive flexible procedure has been introduced by the Procurement Act 2023 to offer public sector buyers flexibility and choice in how they run their procurements.

What is the competitive flexible procedure?

The competitive flexible procedure (CFP) is a new way to run a procurement through competition. It is designed to give you more opportunity and choice in how you purchase the goods and services you need.

The CFP consolidates the various tendering processes available under the previous procurement regulations into a single adjustable system. Unlike other procedures which follow set stages and timelines, there is no fixed template for this process and it is largely dependent on your particular requirements and preferences.

You can instead design a bespoke single or multi-stage procurement process to meet your exact needs.

How does the competitive flexible procedure benefit public sector buyers?

The Procurement Act has shifted the focus under the previous regulations on achieving the “Most Economically Advantageous Tender” to achieving simply the “Most Advantageous Tender”. This means you have greater freedom to consider the wider benefits a contract will achieve, not just its price.

The CFP gives you the flexibility to design a specific process to suit your own goals and access new capabilities, such as the chance to negotiate with suppliers on their bids.

This allows you the opportunity to focus on getting the best solution and encouraging innovation, as well as being able to maximise additional aspects of bids such as social value.

This also means the process is scalable to suit each individual procurement. You can align it to the size of the contract or the particular goods, products or services you are buying.

For large purchases, or those involving complex goods and services, you can use a more detailed and comprehensive process. For smaller or lower complexity purchases, you can use a quicker and simpler one.

Being able to design the process to fit the market in question can also help remove participation barriers and attract a more diverse range of suppliers, including small and medium sized enterprises, and voluntary, community and social enterprises.

What can buyers decide under the competitive flexible procedure?

The flexible nature of the CFP can mean a lot of variation in the process you ultimately use, which could include (but is not limited to):

  • limiting or expanding the number of stages in the process depending on the complexity of the procurement – a more complicated procurement might need more stages to ensure all requirements are met
  • including a negotiation, dialogue or a demonstration stage where you can request adjustments to a supplier’s bid or ask for a presentation of their offering
  • conducting site visits with suppliers
  • shortening or lengthening the timescales for various stages in the process, although each stage must still adhere to a minimum required duration – see the official guidance

While the CFP allows for flexibility in how you carry out your tender, you must still follow key principles including:

  • equal treatment of suppliers
  • transparency in decision-making
  • making sure the process fits the cost and complexity of the contract

You must also set out in the tender notice how the competitive flexible procedure is to be carried out and the stages involved. This is so suppliers can make an informed decision about whether to bid.

Can I use the Competitive Flexible Procedure under a framework?

You can run a procurement using the CFP under a framework that has been awarded under the Procurement Act 2023, as long as the agreement you are using has been designed to allow it.

Frameworks and other commercial agreements are typically designed to permit specific buying processes to be used under them. This can mean an agreement only allows one style of buying process, or it can allow buyers to use one of multiple different processes.

Before planning a procurement process using the CFP, you should check that any framework you intend to use allows you to use it and be aware of any additional requirements or restrictions under a framework you will need to consider.

The CFP is the only permissible buying process you can use when running a procurement through a dynamic market.

Other articles related to the Procurement Act 2023

Ready for more essential procurement information? Find all the Procurement Essentials articles in one place.

Changes to our agreements in July

Welcome to our monthly framework update to help you with your procurement planning. We will publish it online each month and also share it in our newsletters and on our social media channels.

The update provides a brief summary of what has been awarded, extended or expired during the previous month. It also outlines what is due to expire in the next 3 months.

You can also get an overview of all of our live frameworks in our interactive digital brochure.

Agreements awarded in July

Agreements extended in July

Agreements that expired in July

Agreements due to expire in the next 3 months

Further information

If you need further details about any of these agreements get in touch.

You can also find out what new procurements we are working on by exploring our upcoming agreement page.

If you don’t currently receive our monthly customer newsletter why not also subscribe to receive these updates and more directly to your inbox? fill in this short form.

New agreement helps accelerate access to space technology innovation

A new commercial agreement from Crown Commercial Service (CCS) developed in collaboration with the Ministry of Defence (MOD), gives the UK public sector access to CCS’s first Dynamic Market for space-related technologies, maximising the flexibilities under the new Procurement Act 2023. 

A new procurement approach to space-related technology

The space sector is extremely important to the future prosperity of the UK. Many of the services that are essential to our modern daily lives are driven by space-related technologies such as communication systems, navigation, weather forecasting, power grid monitoring, crop monitoring, financial transactions and national security. Currently worth over £18.9 billion annually and employing more than 52,000 people, this strategically important sector helps secure the UK’s global competitive position through encouraging and championing innovation.

CCS has launched the new Space Technology Solutions agreement, to help public sector organisations access both upstream and downstream space technology solutions. It expands upon a previous CCS agreement, Space-Enabled and Geospatial Services Dynamic Purchasing System, with an enhanced scope, suitable for complex space-related procurement.

Strengthening the UK’s access to space innovation

This agreement is helping the public sector access space innovation in multiple ways.  Examples include:

Weather forecasting and climate monitoring

Public sector organisations can now access cutting-edge Earth observation technologies. Satellite data analytics firms are pioneering machine learning algorithms that transform raw imagery into actionable weather intelligence for more accurate weather forecasting and climate monitoring. 

Satellite communications

This agreement connects public sector customers with companies developing next-generation connectivity solutions. The agreement facilitates procurement of technologies such as low-Earth orbit satellite networks that provide resilient communications for emergency services and remote communities.

The new Space Technology Solutions agreement represents a significant advancement in how the public sector can access these vital technologies. Patrick Cahill, Deputy Director of Network, Telecoms and Space Solutions at CCS says:

We’ve designed this agreement to respond directly to our customers’ needs for simplified access to critical space technologies. The dynamic market approach, combined with the flexibilities offered under the new Procurement Act, will help public sector organisations provide better services while generating economic growth and supporting innovation across all regions of the UK.

Collaborative approach and improvements

CCS has worked closely with the MOD and other public sector bodies to develop this agreement, ensuring it meets their specific requirements. The agreement offers several advantages for the UK space economy while supporting the government’s commitment to collaborative procurement. 

Victoria Cope, Defence’s Digital Commercial Director and Senior Responsible Officer for HMG Enterprise Space Category says:

This collaborative initiative between MOD and CCS exemplifies how government departments can work together to solve complex challenges. The Space Technology Solutions agreement is an important pillar within our HMG Enterprise Space Category. It will enable us to tap into cutting-edge space innovations that enhance our capabilities while also creating opportunities for both British and global businesses across the space sector. It’s a win-win approach that demonstrates the value of strategic partnerships within government.

Benefits include:

  • direct access to a wide range of upstream and downstream space technologies
  • flexibility through the Competitive Flexible Procedure, allowing buyers to design fit-for-purpose procurement processes
  • compliance with the new Procurement Act 2023 

Supporting UK-wide growth and SME opportunities

Making it easier for public sector organisations to work with space technology suppliers of all sizes helps modernise public services while creating high-quality jobs throughout the country and ensuring taxpayer value. 

The agreement aims to strengthen regional economic growth by creating more opportunities for space technology businesses across the UK, in particular through supporting regional space clusters (geographical hubs that aim to support the growth of the UK space industry by creating local employment and enabling technological advancement)

The agreement will run for 6 years with an option to extend for a further 2 years, ensuring the long-term stability that suppliers and buyers need to plan effectively for the future.

Find out more

To learn more visit the Space Technology Solutions agreement page or contact the CCS Service Desk at info@crowncommercial.gov.uk

Prompt payment policy guidance for small and medium enterprises

The UK government’s prompt payment policy aims to support UK economic growth and suppliers, including Small and Medium Sized Enterprises (SMEs).

This Supplier Specifics article outlines what suppliers need to know about the prompt payment policy and tips for prompt payment success. Written by our SME champion, Lucy Mccormack.

Why is prompt payment a government priority?

Prompt payment to suppliers ensures a healthy cash flow, which helps to support small businesses and grow the economy. 

Growing the economy is a top priority for the UK government. Growth funds public services, enables investment in hospitals and schools, and raises living standards for the general public. 

In 2024, 5.45 million micro and small businesses accounted for 99.2% of all UK businesses. Late payments can be crippling for small businesses and can prevent them from paying  bills, potentially resulting in business failure. Research carried out by the Federation of Small Businesses describes late payment as one of the biggest problems facing SMEs, leading to 50,000 business closures a year. 

Prompt payment is essential throughout the entire supply chain, not just for the contracting authority (buyer) and its prime contractor or supplier. When businesses pay their suppliers on time, it creates a positive ripple effect, enabling suppliers to promptly pay their own supply chain, including SMEs. 

What is the prompt payment policy?

The prompt payment policy aims to ensure prompt, fair and effective payment of all suppliers down the supply chain.

The Procurement Policy Note 018 (PPN 018) ‘Taking account of a supplier’s approach to payment in the procurement of major contracts’ will be introduced on 1 October 2025 and replaces a series of previously issued PPNs, including PPN 015, PPN 10/23 and PPN 08/21.

PPN 018 requires suppliers to demonstrate that they pay all their invoices within an average payment time of 45 days (this is a reduction of 10 days from PPN 015). This change will help to accelerate payment cycles, particularly benefiting SMEs.

Who does PPN 018 apply to?

PPN 018 applies to buyers from all central government departments, their executive agencies and non departmental public bodies when procuring goods, services or works, with an estimated anticipated contract value above £5 million per year (including Value Added Tax).

There are exemptions, which are detailed in paragraphs 24 to 26, under Exemption Process, of the Cabinet Office’s guidance to PPN 018. Buyers must seek an exemption to the policy from the Minister.

If you are a supplier who sells goods and services to government departments and you use a supply chain, you will be required to demonstrate prompt payment. You will be required to specify this in the Procurement Specific Questionnaire (PSQ) during the tender process. 

When does PPN 018 not apply to suppliers?

As a supplier, you will not be in scope of PPN 018 if you are not intending to use a supply chain in a contract or a call-off contract awarded under a framework agreement.

You will need to state this in the PSQ and will not need to answer any further questions.

How is prompt payment evaluated? 

Prompt payment is evaluated during the tender process through the PSQ. If you have stated you use a supply chain in the PSQ, you will need to answer further questions demonstrating you:

  • are paying 95% of invoices within 60 days (90% with an action plan)
  • are paying all invoices within an average of 45 days

For more details regarding what suppliers will be asked in the PSQ, please see Annex A: Standard Procurement Questions of Cabinet Office’s guidance on PPN 018.  

What payment data can be used by suppliers?

Guidance on what payment data can be used by suppliers is provided in paragraph 11 under Payment performance (question 5) of the Cabinet Office’s guidance on PPN 018.

How are SMEs supported with prompt payment policy requirements?

In September 2024, the Secretary of State for Business and Trade, Jonathan Reynolds, announced a package of measures to tackle late payments and support SMEs. This package included a New Fair Payment Code and other measures including new rules on company reporting. 

Additionally, PPN 018 states: 

  • an SME who has been trading for less than 12 months should not be disadvantaged and can explain its circumstances in its responses
  • if the supplier is a new entrant to the market and has not met the required standard of payment of 95% of all invoices in 60 days in at least one reporting period, they will still pass this question
  • if a buyer can obtain evidence to verify responses to the prompt payment self declaration questions directly and free of charge from a national database, they should not need to ask an SME to provide the evidence

5 tips for prompt payment success

  1. Focus on organising financial records in advance of completing the PSQ – maintain accurate records and implement systems for tracking your invoices.
  2. Read the instructions in the PSQ carefully to understand what you need to complete and by when. 
  3. Read Cabinet Office’s guidance on PPN 018 which includes PSQ prompt payment questions, the evaluation methodology and frequently asked questions.
  4. Understand that all members of a consortium must provide the information required.
  5. Understand what must be included in an action plan, if it is required – see Annex A of Cabinet Office’s guidance on PPN 018.

How does CCS ensure prompt payment is maintained once an agreement is live?

The core terms of the public sector contract require suppliers awarded a place on a CCS 

commercial agreement to maintain levels of prompt payment throughout the contract. All subcontractors must be paid, in full, within 30 days of receipt of a valid, undisputed invoice in order to remain compliant with the terms of the agreement.

More information on prompt payment policy

Read Government Commercial Function’s guidance note on how to take account of a supplier’s approach to payment in the procurement of major contracts 

For support regarding the application of prompt payment in any CCS procurement, please email info@crowncommercial.gov.uk and title your query “prompt payment query for [name of procurement]”.

Looking for more supplier guidance? Read more articles from our supplier specifics series.

Feedback

We always welcome feedback, suggestions or queries. Please submit your feedback to smefeedback@crowncommercial.gov.uk

Help shape the future of the Crown Commercial Service website

At Crown Commercial Service, we’re constantly working to make our website better for you. We regularly test new features and improvements through user research – from enhanced search tools and filtering options to better navigation and accessibility features.

We have some exciting developments in the pipeline, and we’d like you to be part of shaping them. By joining our user research programme, you’ll get early access to new features and help us ensure they truly meet your needs. This might involve taking part in surveys, testing new functionality, or evaluating proposed changes.

Get involved

If you’re a buyer or supplier who uses the CCS website, we’d love your input on future developments.

Signing up is quick and simple – just click here and provide your name, email address, and organisation name. It takes less than a minute, and you’ll be helping to create a better experience for everyone.

We look forward to hearing from you.