Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | FSCS526 Salary Benchmarking and Related Services |
Notice type: | Contract Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision of salary benchmarking services on an ongoing basis with an initial one-off consultancy project to review FSCS's current approach and propose how the service can continue to support the ongoing evolution and health of the organisation going forward. The outcomes sought are: •Recommendations on the ‘health’ of the organisation and the roles within it; •a fair and transparent job framework which meets the requirements of the organisation; •a Pay Progression Model; •salary benchmarks for all roles against the appropriate markets; •a Remuneration Policy and processes that underpins and aligns with the organisation’s aims and, objectives; •access to robust, quality salary and benefits market benchmarks; •access to guidance and advice on all matters relating to job evaluation, salary, and benefits; •reduced risk of people leaving because of pay and benefits. |
Published: | 03/12/2024 15:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758197, Email: Jean.Mutudza@fscs.org.uk
Contact: Jean Mutudza
Main Address: www.fscs.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-and-management-consultancy-and-related-services./EK3U6665ZF
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: FSCS526 Salary Benchmarking and Related Services
Reference Number: FSCS526
II.1.2) Main CPV Code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of salary benchmarking services on an ongoing basis with an initial one-off consultancy project to review FSCS's current approach and propose how the service can continue to support the ongoing evolution and health of the organisation going forward.
The outcomes sought are:
•Recommendations on the ‘health’ of the organisation and the roles within it;
•a fair and transparent job framework which meets the requirements of the organisation;
•a Pay Progression Model;
•salary benchmarks for all roles against the appropriate markets;
•a Remuneration Policy and processes that underpins and aligns with the organisation’s aims and, objectives;
•access to robust, quality salary and benefits market benchmarks;
•access to guidance and advice on all matters relating to job evaluation, salary, and benefits;
•reduced risk of people leaving because of pay and benefits.
II.1.5) Estimated total value:
Value excluding VAT: 240,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: FSCS requires a partner who can provide the following:
A one-off consultancy project to include the following outcomes:
•Review of organisation, accountabilities, spans of control, roles etc.;
•develop a job evaluation and pay framework i.e., levelling, functions and pay progression model;
•define appropriate markets for the roles;
•evaluate all roles using the agreed methodology;
•benchmark all roles against the appropriate market/s;
•review internal relativities and adjust as appropriate;
•review the FSCS Remuneration Policy and associated processes for implementation in view of the above, ensure that the agreed approaches to job evaluation and benchmarking, and the revised Policy are aligned;
•provide a full written report detailing all the above; including, but not limited to, the methodology used to evaluate the roles and the peer benchmarks used for each role;
•ensure that all key stakeholders understand the methodology and peer groups used for all roles, including the Executive and relevant Board Committees, senior leaders, and other stakeholders e.g., members of the People team;
•Equal Pay Audit, to identify any equal pay risks and advise on options to address any issues.
We anticipate that this work will be scoped at the beginning of the contract term.
As part of this work the service provider will be required to engage all appropriate stakeholders within FSCS.
At the time of the project, the service provider will be required to put forward a fully costed and detailed plan of how the project will be undertaken, outlining the rationale for the approach, critical activities and milestones, and indicative timelines. Any implementation will require sign off by the relevant person within FSCS before implementation.
The service provider will be required to present the findings of the project with recommendations to the FSCS Executive and the Remuneration and People Committee.
The service provider shall ensure that the ongoing service requirements are not impacted while the project is taking place.
Ongoing work:
•Job evaluation and market salary benchmarking for new and changed roles on an ad hoc basis providing a market range with quartiles and medians, and a written report including the methodology and benchmark peer groups;
•market salary benchmarking for all roles biennially providing market range with quartiles and medians;
•define ‘appropriate markets’ for all roles;
•deliver presentations to the Executive and relevant Board Committees, senior leaders, or other stakeholders e.g., members of the People team, at key points in the process in a benchmarking year as agreed at the outset or as reasonably required;
•guidance and advice on any organisational changes and impact on roles;
•ensure that any new key stakeholders understand the methodology and peer groups used for all roles, including new members of the Executive and relevant Board Committees, senior leaders, or other stakeholders e.g., members of the People team;
•perform an annual market review of salaries and the external environment affecting pay, and provide insights in the form of a report to the Executive and relevant Board Committee to inform the annual salary review recommendations, including insights on what the appropriate markets are doing/thinking, and how external factors are influencing organisation’s approach to pay awards;
•provide advice and guidance to the People Team on all aspects of pay and reward;
•provide Gender Pay Gap and Ethnicity Pay Gap reporting and recommendations for action;
•undertake all enquiries, surveys, and investigations as required, and deliver the outcomes within agreed timescales;
•submit reports to the FSCS no later than the dates specified by the FSCS unless otherwise agreed in writing.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 480,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 2 x 12 month contract extension (maximum term - 48 months).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/01/2025 Time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 15/01/2025
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-and-management-consultancy-and-related-services./EK3U6665ZF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EK3U6665ZF
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Strand, London, United Kingdom
Tel. +44 2073758197, Email: procurement@fscs.org.uk
VI.4.2) Body responsible for mediation procedures:
The Royal Court of Justice
The Strand, London, United Kingdom
Tel. +44 2073758197, Email: procurement@fscs.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758175
VI.5) Date Of Dispatch Of This Notice: 03/12/2024
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758197, Email: Jean.Mutudza@fscs.org.uk
Contact: Jean Mutudza
Main Address: www.fscs.org.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: FSCS526 Salary Benchmarking and Related Services Reference number: FSCS526
II.1.2) Main CPV code:
79400000 - Business and management consultancy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Provision of salary benchmarking services on an ongoing basis with an initial one-off consultancy project to review FSCS's current approach and propose how the service can continue to support the ongoing evolution and health of the organisation going forward.
The outcomes sought are:
•Recommendations on the ‘health’ of the organisation and the roles within it;
•a fair and transparent job framework which meets the requirements of the organisation;
•a Pay Progression Model;
•salary benchmarks for all roles against the appropriate markets;
•a Remuneration Policy and processes that underpins and aligns with the organisation’s aims and, objectives;
•access to robust, quality salary and benefits market benchmarks;
•access to guidance and advice on all matters relating to job evaluation, salary, and benefits;
•reduced risk of people leaving because of pay and benefits.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 04/12/2024
VI.6) Original notice reference:
Notice Reference: 2024 - 720154
Notice number in OJ S: 2024/S 000 - 038957
Date of dispatch of the original notice: 03/12/2024
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.6
Lot No: Not provided
Place of text to be modified: Estimated Value
Instead of: Estimated Value excluding VAT 480,000
Read: Estimated Value excluding VAT 240,000
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-and-management-consultancy-and-related-services./EK3U6665ZF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EK3U6665ZF