Section one: Contracting authority
one.1) Name and addresses
Department for Work and Pensions
Caxton House, Tothill Street
London
SW1H 9NA
synergycst.deliveryteam@dwp.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-work-pensions
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://dwp.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://dwp.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Synergy Business Process Services
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking to engage the market to work with The Synergy Programme and its stakeholders to ensure the delivery of best in class, Value for Money (VfM), shared Human Resources (HR) and Finance Business Process Service (BPS) solution, which meet the needs of service users.
The Synergy Programme has been established to bring together the individual Department plans in line with the Government Business Service (GBS) published Shared Services Strategy for Government: this includes building a common operating model, BPS, single technology, and single commercial strategy.
The Synergy Programme comprises the following central Government Departments (Departments) and their Arm’s Length Bodies (ALBs).
• Ministry of Justice (MoJ);
• Department for Work and Pensions (DWP);
• Department for the Environment, Food and Rural Affairs (DEFRA); and
• Home Office (HO).
DWP are currently the lead contracting authority for The Synergy Programme.
The prime driver of the Synergy Programme is to drive significant business transformation across four cluster Departments and their ALBs. The Synergy Programme, together with the successful suppliers will further develop a new Common Operating Model (COM) and introduce a new user-centric service including common data standards.
The COM design will continually evolve throughout the delivery of the Programme. As a result, benefits will also continue to evolve over time. This will help identify additional benefits for the Programme and provide more robust data and narrative to justify the current benefits profile.
The Synergy Programme will achieve its objectives for transformation of the back office services through investing in the development of a COM to drive a high level of convergence, the introduction of a high-performing, user-centric Future Shared Services Organisation (FSSO), development of standardised processes and introduction of common data standards.
The COVID pandemic, and the challenging fiscal environment that has followed as a result, has heightened the drive and need for more effective and efficient delivery by all Government Departments. Key to this ambition will be the ability to capture, manage and improve the quality of Finance and HR data to enable better informed decisions. The Synergy Programme will drive significant business transformation across four major Departments and their ALBs in support of this ambition. Additionally, the government has set out ambitious objectives to put sustainability at the heart of our government services. Greening government: ICT and digital services strategy 2020 to 2025 - GOV.UK (www.gov.uk) and Greening Government Commitments 2021 to 2025 - GOV.UK (www.gov.uk)
https://www.gov.uk/government/publications/greening-government-ict-and-digital-services-strategy-2020-2025 and Greening government commitments 2021 to 2025 - GOV.UK (www.gov.uk).
The Synergy Programme has circa 280,000 employees between the Departments and their ALBs and the Departments have a commonality of currently using the same outsourced BPS Partner, Shared Services Connected Limited (SSCL).
two.1.5) Estimated total value
Value excluding VAT: £958,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 72000000 - IT services: consulting, software development, Internet and support
- 72250000 - System and support services
- 72260000 - Software-related services
- 72261000 - Software support services
- 72300000 - Data services
- 72317000 - Data storage services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79211110 - Payroll management services
- 79211120 - Sales and purchases recording services
- 79630000 - Personnel services except placement and supply services
- 79631000 - Personnel and payroll services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority intends to commence a single procurement for Synergy Business Process Services (BPS) through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015).
The Synergy BPS is intended to deliver modern and innovative value for money services which maximise positive user experience. The BPS supplier will also be challenged to continuously evolve, improve, and optimise service delivery over the course of the contract.
The Authority has not included the support of the existing SOP platform and the provision of service utilising the SOP within the scope of this procurement. The BPS services which are the subject of this procurement will be delivered utilising the Synergy Technology Platform (comprised of an Enterprise Resource Planning (ERP) solution and systems integration services which are also out of scope as it is being procured under a separate agreement). The BPS supplier will be expected to work with the technology provider and systems integrator to develop the design of the BPS solution.
The Authority proposes conducting a single procurement process to award a single contract for the Synergy BPS. However, bidding as a consortium, or as a prime contractor with the use of a range of subcontractors, will be permitted to encourage the delivery of the best overall solution.
The Authority will be conducting this procurement in accordance with the Public Contracts Regulations 2015 (as amended).
More specifically the Authority will be utilising the "Competitive Procedure with Negotiation" (CPN) procurement procedure.
The full suite of tender documentation, including specification and specific details of the "Competitive Procedure with Negotiation" relating to this procurement exercise can be found at the following link under Ref PQQ_28942:
https://dwp.bravosolution.co.uk/web/login.shtml
Suppliers will be required to register for the procurement event in order to access the documentation.
The Authority intends to undertake a remote procurement launch event to be conducted via MS Teams. This will take place on 17th September 2024 at 11:00 BST. The joining instructions of the event are contained within the 'SQ Instructions to Suppliers' document.
two.2.5) Award criteria
Quality criterion - Name: Technical Envelope (Quality) / Weighting: 60%
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Price / Weighting: 30%
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £958,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Up to 36 months, increment(s) to be defined by the Authority. Please note, this up to 36 month extension option is included in the above duration of 120 months (i.e. the initial contract term is 84 months).
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The full suite of tender documentation, including specification and specific details of the “Competitive Procedure with Negotiation” relating to this procurement exercise can be found at the following link under Ref PQQ_28942:
https://dwp.bravosolution.co.uk/web/login.shtml
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may extend the service by up to three further years from the date of expiry of the initial term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, tenderers will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
The full suite of tender documentation, including specification and specific details of the "Competitive Procedure with Negotiation" relating to this procurement exercise can be found at the following link under Ref PQQ_28942:
https://dwp.bravosolution.co.uk/web/login.shtml
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions may relate in particular to social and environmental considerations.
The full suite of tender documentation, including specification and specific details of the "Competitive Procedure with Negotiation" relating to this procurement exercise can be found at the following link under Ref PQQ_28942:
https://dwp.bravosolution.co.uk/web/login.shtml
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.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
four.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
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: 2024/S 000-010430
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 October 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 November 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers Instructions:
How to Express Interest in this Tender:
1. Register on the eSourcing portal (this is only required once):
https://dwp.bravosolution.co.uk & click the link to register - Accept the terms & conditions & click 'continue' - Enter your correct business & user details - Note your chosen username & click 'Save'. You will receive an email with your password (keep this secure)
2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant exercise to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (A secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box
3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion. Follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions to complete (detailed online help available). To submit your reply use the 'Submit Response' button (top of the page).
For further assistance please consult the online help, or the eTendering help desk.
DWP expressly reserves the rights(i)to use a reverse auction; (ii)to cancel this procurement at any stage; (iii)to not award any contract as a result of the procurement process commenced by publication of this notice; (iv)and in no circumstances will DWP be liable for any costs incurred by potential suppliers.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2L
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales