Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | V&A Payroll Services |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The V&A is a National Museum of art, design, and performance. It employs c950 staff, plus c300 staff pa as zero hours (“casual”) workers. The V&A will open 2 new venues during 2024 and 2025, which is expected to increase the employee headcount by c150.The V&A is conducting a tender process, for a fully managed payroll service from 01 December 2022. Please note contract value is an estimate only, as the number of employees throughout the contract period may unforeseeably vary. |
Published: | 01/07/2022 16:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: d.osborne@vam.ac.uk
Main Address: https://www.vam.ac.uk/
NUTS Code: UKI3
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:-Payroll-management-services./826A57Z4VH
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/826A57Z4VH 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
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: V&A Payroll Services
Reference Number: VA/CON/14/22
II.1.2) Main CPV Code:
79211110 - Payroll management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The V&A is a National Museum of art, design, and performance. It employs c950 staff, plus c300 staff pa as zero hours (“casual”) workers. The V&A will open 2 new venues during 2024 and 2025, which is expected to increase the employee headcount by c150.The V&A is conducting a tender process, for a fully managed payroll service from 01 December 2022.
Please note contract value is an estimate only, as the number of employees throughout the contract period may unforeseeably vary.
II.1.5) Estimated total value:
Value excluding VAT: 700,000
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: The V&A utilizes one of 2 employment terms:
1)75% of employees are subject to “current” or V&A terms
2)25% of employees are subject to “legacy” or Civil Service terms
Legacy terms are now almost completely closed to new entrants and so are expected to decrease over the next few years, with the current or V&A terms, increasing to close to 100%.
Legacy terms, are linked to the Civil Service Pension Scheme, which requires access and operation of the MyCSP pension interface. V&A terms require pension payments to Aviva, the current defined contribution pension scheme.
Employees in “Front of House” roles, typically work over 7 days, therefore sickness payments and overtime need to be accommodated for all work patterns.
Payments to employees, workers and HMRC will be made by the V&A by BACs. The current pay date is 25th of a month, the V&A would be open to discussion on pay date going forward.
The current HR system at the V&A is Cascade (via IRIS Software Group Ltd). Any payroll supplier will be expected to work alongside the Cascade system and integrate when open API is available.
Tenderers must have previous experience of administration of MyCSP / Civil Service Pension process / interface.
Please note that all values stated in this notice are estimates only, and the contract term is the maximum term inclusive of all extension options.
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: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The contract may be varied to:
Increase or decrease the number of employees without limitation;
Extend the initial five year term up to a further two years;
Include other related services;
Variant bids are acceptable only insofar as tenderers may propose alternative pricing methods for the V&A to consider.
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:
Tenderers must have experience of previous administration of MyCSP / Civil Service Pension process / interface
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Turnover must be at least twice the estimated annual contract value (i.e. £200,000 or greater)
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: No
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: 01/08/2022 Time: 12:00
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): 3
IV.2.7) Conditions for opening of tenders:
Date: 01/08/2022
Time: 12:30
Place:
Electronically
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 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:-Payroll-management-services./826A57Z4VH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/826A57Z4VH
VI.4) Procedures for review
VI.4.1) Review body:
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/07/2022
Annex A