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 - 400698-2019

26/08/2019    S163

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

2019/S 163-400698

Contract notice

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: www.fscs.org.uk
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 submitted to the abovementioned address
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: 40 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKI LONDON
Main site or place of performance:

London.

II.2.4)Description of the procurement:

FSCS’ 2 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 3 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: 40 000 000.00 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 2 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
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 2 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

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
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/09/2019
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 25/10/2019
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: 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

GO Reference: GO-2019821-PRO-15277896

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.4.3)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 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:
21/08/2019