We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 305297-2020

30/06/2020    S124

United Kingdom-London: IT services: consulting, software development, Internet and support

2020/S 124-305297

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Financial Services Compensation Scheme
Postal address: Beaufort House, 15 St. Botolph Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC3A 7QU
Country: United Kingdom
Contact person: Chris Sutherland
E-mail: Procurement@fscs.org.uk
Telephone: +44 2073758194
Internet address(es):
Main address: http://www.fscs.org.uk
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.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 40 000 000.00 GBP
II.2)Description
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 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

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
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: 2019/S 163-400698
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: FSCS 382
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 by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Capgemini UK plc
National registration number: 00943935
Postal address: 1 Forge End, Woking
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU21 6DB
Country: United Kingdom
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: 40 000 000.00 GBP
Total value of the contract/lot: 40 000 000.00 GBP
V.2.5)Information about subcontracting

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

GO Reference: GO-2020626-PRO-16771336

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Royal Court of Justice
Postal address: The Strand
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: The Royal Court of Justice
Postal address: The Strand
Town: London
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
26/06/2020