Financial Services Compensation Scheme: Business Transformation, Organisational Design and Development

  Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Business Transformation, Organisational Design and Development
Notice type: Contract Notice
Authority: Financial Services Compensation Scheme
Nature of contract: Services
Procedure: Open
Short Description: The FSCS People Strategy 2019 to 2022 is aligned to our strategy Protecting the Future: FSCS into the 2020s and was endorsed by our Remuneration and Human Resources Committee and Board at the beginning of 2020. To be fit for the future, FSCS must continue to successfully respond to rising customer, industry and regulatory expectations. This initiative will continue the systemic review of the Scheme’s Operating Model; create an Executive Team with shared accountability for the delivery of our strategy; recruit and embed a new Senior Leadership Team; and build our in-house technical capability especially in areas such as digital communication and stakeholder experience. The investment is to deliver our overarching objective of creating a more agile, efficient and cost-effective operating model in the longer term.
Published: 23/12/2020 12:14
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Business and management consultancy and related services.
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: procurement@fscs.org.uk
             Contact: Jean Mutudza
             Main Address: https://www.fscs.org.uk
             NUTS Code: UKI4
      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./9VKE24SG2E
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Business Transformation, Organisational Design and Development       
      Reference Number: FSCS400
      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: The FSCS People Strategy 2019 to 2022 is aligned to our strategy Protecting the Future: FSCS into the 2020s and was endorsed by our Remuneration and Human Resources Committee and Board at the beginning of 2020. To be fit for the future, FSCS must continue to successfully respond to rising customer, industry and regulatory expectations. This initiative will continue the systemic review of the Scheme’s Operating Model; create an Executive Team with shared accountability for the delivery of our strategy; recruit and embed a new Senior Leadership Team; and build our in-house technical capability especially in areas such as digital communication and stakeholder experience. The investment is to deliver our overarching objective of creating a more agile, efficient and cost-effective operating model in the longer term.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,250,000       
      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:
      UKI4 Inner London – East
      
      II.2.4) Description of procurement: The FSCS People Strategy 2019 to 2022 is aligned to our strategy Protecting the Future: FSCS into the 2020s and was endorsed by our Remuneration and Human Resources Committee and Board at the beginning of 2020. To be fit for the future, FSCS must continue to successfully respond to rising customer, industry and regulatory expectations. This initiative will continue the systemic review of the Scheme’s Operating Model; create an Executive Team with shared accountability for the delivery of our strategy; recruit and embed a new Senior Leadership Team; and build our in-house technical capability especially in areas such as digital communication and stakeholder experience. The investment is to deliver our overarching objective of creating a more agile, efficient and cost-effective operating model in the longer term.
      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: 1,250,000       
      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: There will be an option for FSCS to extend the contract on one occasion by up to 12 months making the Effective Service Term a potential total term of 3 years
      
      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:          
      See Procurement Documents    
      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: 05/02/2021 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/02/2021
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: 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./9VKE24SG2E

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9VKE24SG2E
   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: 23/12/2020

Annex A


View any Notice Addenda

View Award Notice