Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Strategic Technology Partner |
Notice type: | Contract Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The organisation is embarking on a new strategy for the 2020’s and an ambitious programme to transform the way in which we serve or customers. As a result, FSCS is looking at whether there is a better way to source its IT services. Our aim is to secure a Strategic Technology Partner who will help us to: •Introduce proven, innovative ways of working to deliver and support our new business strategy. •Accelerate implementation, time to value and confidence behind technology acquisition to support our transformation programme. •Undertake longer term planning and strategy. •Reduce our service transformation delivery risks. •Evolve the skills and capabilities of the CIO Function. •Reduce total costs of ownership. •Access additional resources to deliver improved business outcomes. |
Published: | 21/08/2019 16:33 |
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 2073758194, Email: Procurement@fscs.org.uk
Contact: Chris Sutherland
Main Address: www.fscs.org.uk
NUTS Code: UK
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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./9W83345B64
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: Strategic Technology Partner
Reference Number: FSCS 382
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The organisation is embarking on a new strategy for the 2020’s and an ambitious programme to transform the way in which we serve or customers.
As a result, FSCS is looking at whether there is a better way to source its IT services. Our aim is to secure a Strategic Technology Partner who will help us to:
•Introduce proven, innovative ways of working to deliver and support our new business strategy.
•Accelerate implementation, time to value and confidence behind technology acquisition to support our transformation programme.
•Undertake longer term planning and strategy.
•Reduce our service transformation delivery risks.
•Evolve the skills and capabilities of the CIO Function.
•Reduce total costs of ownership.
•Access additional resources to deliver improved business outcomes.
II.1.5) Estimated total value:
Value excluding VAT: 40,000,000
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’ two major IT contracts, Application Development/Test and IT Hosting services, are coming to an end. The organisation is embarking on a new strategy for the 2020’s and an ambitious programme to transform the way in which we serve our customers. Although these contracts adequately support the delivery of current operational services, the organisation needs a new strategic technology partner to meet its changing needs for the 2020’s.
As a result, FSCS is looking at evolving the way to source and deliver its IT services. Our aim is to secure a Strategic Technology Partner who will help us to:
•Introduce proven, innovative ways of working to deliver and support our new business strategy.
•Accelerate implementation, time to value and confidence behind technology acquisition to support our transformation programme.
•Undertake longer term planning and strategy.
•Reduce our service transformation delivery risks.
•Evolve the skills and capabilities of the CIO Function and across FSCS.
•Reduce total costs of ownership.
•Access additional resources to deliver improved business outcomes.
FSCS currently performs a range of functions in-house, as well as those currently outsourced. FSCS’ aim, over the life of the contract, is to develop the right mix of services to be performed either in-house or to be outsourced to a partner. In determining the most appropriate approach, it will be necessary to accommodate:
•FSCS’ ambition to exploit the benefits of a cloud-based environment.
•The potential replacement of our FSCS main claims technology platforms as part of our ongoing Service Transformation.
•FSCS’ desire to embrace, where appropriate, new innovative technologies.
FSCS wishes to implement a partnership which delivers significant value over a longer term than has been the case historically, and with a service provider who share its values and its value for money focus to mutual benefit.
Potential Service Providers should note that this procurement is not looking to simply re-let the existing contracts but is looking for a long term ‘’Strategic Partner’’ who can support FSCS to fulfil the CIO Strategy for the future.
The scope of the services is split into three areas, Foundation Services, Transformation Services and Future Services
Foundation Services
FSCS requires several services to be in place, or to be available, from the start of the contract. This includes
•Strategic Partnership
•Software Development Lifecycle
•Personnel – Time and Materials
•Hardware and Software
•Microsoft Azure and Office 365 Support
Transformation Services
In order to deliver FSCS’ strategic vision we recognise there are areas of our technology that require transformation. We expect the transformation to start when the contract starts, and the initial phases to be costed, but for each subsequent phase to be agreed and costed as we move through the transformation. This includes:
•Selection, Implementation and Support of Claims Platform
•Cloud Assessment, Migration and Support
Future Services
Future services are areas of technology provision that might be moved into this contract over time but would be agreed on a case by case basis. We have laid out the potential scope of these services, so Suppliers have an upfront view of what additional services might be available over the life of the contract. This includes but not limited to:
•IT Service Functions
•Support for Finance Solutions
•Infrastructure Services
•Service Desk/ITSM Tooling
FSCS may require the supplier to provide additional services in order to meet future changes in demands/needs or new initiatives. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.
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: 40,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: There will be an option for FSCS to extend the contract on two occasions for a maximum duration of 12 months on each of those occasions, therefore making the Effective Service Term a potential total term of 7 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: There will be an option for FSCS to extend the contract on two occasions for a maximum duration of 12 months on each of those occasions, therefore making the Effective Service Term a potential total term of 7 years.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9W83345B64
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 NEGOTIATED
IV.1.1) Type of procedure:
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 26/09/2019 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/10/2019
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
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
The contract value is an estimate based on the duration including extension options.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./9W83345B64
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9W83345B64
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Strand, London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The Royal Court of Justice
The Strand, London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
FSCS will observe a standstill period following the award of the contract and conduct itself of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/08/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758194, Email: Procurement@fscs.org.uk
Contact: Chris Sutherland
Main Address: http://www.fscs.org.uk
NUTS Code: UK
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Economic and financial affairs
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Strategic Technology Partner
Reference number: FSCS 382
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The organisation is embarking on a new strategy for the 2020’s and an ambitious programme to transform the way in which we serve or customers.
As a result, FSCS is looking at whether there is a better way to source its IT services. Our aim is to secure a Strategic Technology Partner who will help us to:
•Introduce proven, innovative ways of working to deliver and support our new business strategy.
•Accelerate implementation, time to value and confidence behind technology acquisition to support our transformation programme.
•Undertake longer term planning and strategy.
•Reduce our service transformation delivery risks.
•Evolve the skills and capabilities of the CIO Function.
•Reduce total costs of ownership.
•Access additional resources to deliver improved business outcomes.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 40,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: FSCS’ two major IT contracts, Application Development/Test and IT Hosting services, are coming to an end. The organisation is embarking on a new strategy for the 2020’s and an ambitious programme to transform the way in which we serve our customers. Although these contracts adequately support the delivery of current operational services, the organisation needs a new strategic technology partner to meet its changing needs for the 2020’s.
As a result, FSCS is looking at evolving the way to source and deliver its IT services. Our aim is to secure a Strategic Technology Partner who will help us to:
•Introduce proven, innovative ways of working to deliver and support our new business strategy.
•Accelerate implementation, time to value and confidence behind technology acquisition to support our transformation programme.
•Undertake longer term planning and strategy.
•Reduce our service transformation delivery risks.
•Evolve the skills and capabilities of the CIO Function and across FSCS.
•Reduce total costs of ownership.
•Access additional resources to deliver improved business outcomes.
FSCS currently performs a range of functions in-house, as well as those currently outsourced. FSCS’ aim, over the life of the contract, is to develop the right mix of services to be performed either in-house or to be outsourced to a partner. In determining the most appropriate approach, it will be necessary to accommodate:
•FSCS’ ambition to exploit the benefits of a cloud-based environment.
•The potential replacement of our FSCS main claims technology platforms as part of our ongoing Service Transformation.
•FSCS’ desire to embrace, where appropriate, new innovative technologies.
FSCS wishes to implement a partnership which delivers significant value over a longer term than has been the case historically, and with a service provider who share its values and its value for money focus to mutual benefit.
Potential Service Providers should note that this procurement is not looking to simply re-let the existing contracts but is looking for a long term ‘’Strategic Partner’’ who can support FSCS to fulfil the CIO Strategy for the future.
The scope of the services is split into three areas, Foundation Services, Transformation Services and Future Services
Foundation Services
FSCS requires several services to be in place, or to be available, from the start of the contract. This includes
•Strategic Partnership
•Software Development Lifecycle
•Personnel – Time and Materials
•Hardware and Software
•Microsoft Azure and Office 365 Support
Transformation Services
In order to deliver FSCS’ strategic vision we recognise there are areas of our technology that require transformation. We expect the transformation to start when the contract starts, and the initial phases to be costed, but for each subsequent phase to be agreed and costed as we move through the transformation. This includes:
•Selection, Implementation and Support of Claims Platform
•Cloud Assessment, Migration and Support
Future Services
Future services are areas of technology provision that might be moved into this contract over time but would be agreed on a case by case basis. We have laid out the potential scope of these services, so Suppliers have an upfront view of what additional services might be available over the life of the contract. This includes but not limited to:
•IT Service Functions
•Support for Finance Solutions
•Infrastructure Services
•Service Desk/ITSM Tooling
FSCS may require the supplier to provide additional services in order to meet future changes in demands/needs or new initiatives. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: Yes
Description of these options:There will be an option for FSCS to extend the contract on two occasions for a maximum duration of 12 months on each of those occasions, therefore making the Effective Service Term a potential total term of 7 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2019/S 163-400698
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: FSCS 382
Lot Number: Not Provided
Title: Strategic Technology Partner
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/06/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Capgemini UK PLC, 00943935
1 Forge End, Woking, Surrey, GU21 6DB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 40,000,000
Total value of the contract/lot: 40,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contract value is an estimate based on the duration including extension options.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=503528161
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand, London, United Kingdom
VI.4.2) Body responsible for mediation procedures
The Royal Court of Justice
The Strand, London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, United Kingdom
VI.5) Date of dispatch of this notice: 26/06/2020