Awarded contract

Administration of the Civil Service Pension Scheme (CSPS) and Royal Mail Statutory Pension Scheme (RMSPS) administration services

  • The Cabinet Office

F03: Contract award notice

Notice reference: 2024/S 000-000347

Published 5 January 2024, 1:26pm



Section one: Contracting authority

one.1) Name and addresses

The Cabinet Office

1 Horseguards Road

London

SW1A 2HQ

Email

csps.futureservice@cabinetoffice.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/cabinetoffice

Buyer's address

https://crowncommercialservice.bravosolution.co.uk

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Central Government


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Administration of the Civil Service Pension Scheme (CSPS) and Royal Mail Statutory Pension Scheme (RMSPS) administration services

Reference number

RM6326

two.1.2) Main CPV code

  • 75320000 - Government employee pension schemes

two.1.3) Type of contract

Services

two.1.4) Short description

This Award Notice relates solely to Lot 1: Procurement for the provision of pension administration for the Civil Service Pension Scheme

The CSPS Pension Scheme is managed by the Authority. The current contract expires on 31/12/2023.

The CSPS is the 3rd largest UK occupational pension scheme with approximately 1.6 million members and 300+ employers.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £262,000,000

two.2) Description

two.2.1) Title

The provision of pension administration for the Civil Service Pension Scheme

Lot No

1

two.2.2) Additional CPV code(s)

  • 66520000 - Pension services
  • 75100000 - Administration services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority required the provision of administration services for the CSPS, which included the Principal Civil Service Pension Scheme, the Civil Service and Others Pension Scheme, the Civil Service Compensation Scheme and the Civil Service Injury Benefits Schemes. The CSPS is the 3rd largest UK occupational pension scheme with approximately 1.6 million members and 300+ employers. The pension administration services required include the following:

Finance, accounting and taxation services

administration services

employer-related services including:

the collection of data and contributions and maintaining accurate and clean data

communications, including digital

the provision of a portal

maintenance of a comprehensive database of members records which complies with relevant legislation and regulatory requirements

Provision of calculations and information for annual resource accounts remuneration reports

member-related services, including:

the provision of a member portal and self service capability

the accurate and timely calculation of pension awards

provision of options and benefits calculations resulting from McCloud judgment

member communications (including digital communications, managing and operating a helpline and website, issuing annual benefits and pension saving statements, life time allowance statements, annual pension increase communications, scheme newsletters and leaflets)

liaison with any scheme medical advisor that may be appointed by the Authority.

pension payroll services (bulk and individual payroll services) and pensioner existence checking

services related to the Civil Service Compensation Scheme and the Civil Service Injury Benefit Scheme

reporting, including management information and provision of data, information and scheme returns to regulators and other bodies as needed

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.11) Information about options

Options: Yes

Description of options

Price was not the only award criterion and all criteria was stated only in the procurement documents

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The total value provided is based on a transitional term of 2 years, then an initial operational term of 7 years and a possible extension option of up to 3 years.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-036996

four.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


Section five. Award of contract

Lot No

1

Title

Provision of pension administration for the Civil Service Pension Scheme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 November 2023

five.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

five.2.3) Name and address of the contractor

Capita Pension Solutions Limited

65 Gresham Street

London

EC2V 7NQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02260524

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £239,000,000


Section six. Complementary information

six.3) Additional information

This Contract Award Notice replaces the previous CAN issued on the 15/12/2023 https://www.find-tender.service.gov.uk/Notice/036996-2023.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/f91f69a7-6120-4918-8220-2757e7e51ded

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

six.4) Procedures for review

six.4.1) Review body

The Cabinet Office

1 Horseguards Road

London

SW1A 2HQ

Email

csps.futureservice@cabinetoffice.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.gov.uk/cabinetoffice

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Telephone

+44 2079477882

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any appeals should be promptly brought to the attention of the Authority by emailing the named contact in Section I.1 above referencing "Pension Administrator Procurement" - For the Attention of the Procurement Manager and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scale specified by the applicable law, including, without limitation, the Public Contract Regulations 2015. In accordance with such Regulations, the Authority will also incorporate a minimum 10 calendar day standstill period from the date information on the award of contract is communicated to tenderers.