Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

FTS Contract Notice: Matrix Programme - Technology (including ERP) & Systems Integration Services Procurement (Jaggaer Project: prj_1484)

  • First published: 05 July 2023
  • Last modified: 05 July 2023
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0399e7
Published by:
Department for Science, Innovation & Technology
Authority ID:
AA84298
Publication date:
05 July 2023
Deadline date:
08 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority intends to launch a single "bundled procurement" for a SaaS Solution along with a Systems Integrator (SI). By "bundled procurement" the Authority means that the SaaS Solution and Systems Implementation solution are developed to work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrates they are a compatible supplier partnership.

The Authority recognises the disparity in the number of SaaS Suppliers in the market and that Systems Integrators (SI) can often offer more than one SaaS solution i.e. there are multiple possible pairings that may ultimately offer the "most economically advantageous tender". Therefore, the Authority is enabling all Suppliers to form different bid teams (see definition of “Consortium” in the procurement documents) and submit up to THREE unique SQ Responses / Bids each (should they wish to do so, this is not obligatory, a single supplier could also bid for both service elements). Bid teams may also propose different contracting models for their Consortium e.g a Systems Integrator as “prime” with SaaS “sub” model or where both SaaS Vendor and Systems Integrator each contract directly with the Authority. See the Procurement Documents for more information on this and other selection restrictions.

The Authority is conducting this Procurement using the Competitive Procedure with Negotiation in accordance with the requirements of Regulation 29 of the PCR Regulations 2015. Suppliers should familiarise themselves with this Regulation. The stages of the CPN procurement which will be applied within this procurement can be seen below;

Stage 1 - Standard Selection Questionnaire (SQ) - Suppliers will complete the SQ within the eSourcing Portal (Jaggaer - please note. IMPORTANT instructions around registering to this opportunity if you intend to submit >1 bid, can be found at the end of this notice). Suppliers shall be shortlisted to a maximum of the five highest scoring Suppliers (unique bid teams) progressing to Stage 2 following the evaluation and conclusion of Stage 1.

Please note that this procurement shall permit Suppliers to participate in up to three "bundled" SQ Responses. Please refer to the SQ Instructions, once available for more information. However, the maximum number of bids from any single SaaS Vendor or Systems Integrator which can be progressed to Stage 2, is TWO. The mechanism which shall be used to apply this restriction and to identify the five successful Suppliers invited to submit Initial Tenders is described in the SQ Instructions.

Stage 2 - Invitation to Submit Initial Tender (ITSIT) - A maximum of 5 Suppliers (unique bids) successful at Stage 1 will be invited to respond to the ITSIT documentation. The Initial Tenders shall be evaluated and the Authority may choose to negotiate with all five Suppliers (unique bids) or may reduce this to as few as three to negotiate with (further detail is provided within the Procurement Documents).

Please note that the Authority also reserves the right to award the contracts to the highest ranked Initial Tender submitted under this Procurement Process (but is not obliged to do so).

Stage 3 - Negotiations and Invitation to Submit Final Tenders (ITSFT) - Further details on the negotiation stage will be set out in the ITSIT. Note, not all elements of the Draft Contracts or Specification shall be in-scope of negotiation. Final Tenders shall be requested and submitted by Suppliers at the end of the negotiation phase.

Stage 4 - (Contract Award) - The Final Tenders shall be evaluated in accordance with the Evaluation Criteria as set out in the ITSFT and, subject to all Authority approvals being obtained, the Authority shall identify the highest scoring Final Tender and notify all Tenderers of the outcome of the Procurement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Science, Innovation & Technology

Westminster

UK

E-mail: Matrixbids@beis.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-science-innovation-and-technology

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://beisgroup.ukp.app.jaggaer.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://beisgroup.ukp.app.jaggaer.com/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FTS Contract Notice: Matrix Programme - Technology (including ERP) & Systems Integration Services Procurement (Jaggaer Project: prj_1484)

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

In March 2021, Government Business Services launched the 'Shared Services Strategy for Government'. This strategy created the concept of five clusters of departments, each cluster sharing a common set of process, common cloud-based ERP and ancillary systems and a single shared service centre to deliver corporate services across finance, HR and payroll.

The Matrix Programme (formerly the 'policy' cluster) brings together nine departments. These nine departments comprise an amalgamation of those who have already moved to cloud or are yet to move to a cloud-based solution; these are:

Non-Cloud Users

• Cabinet Office (CO)

• Department for Science, Innovation and Technology (DSIT)

• Department for Energy, Security and Net Zero (DESNZ)

• Department for Culture, Media and Sport (DCMS)

• Department for Business and Trade (DBT)

Cloud Users

• Attorney General's Office (AGO)

• Department for Education (DfE)

• Department of Health and Social Care (DHSC)

• HM Treasury (HMT)

In addition, a limited number of Arm's Length Bodies (ALBs) will form part of the initial Programme activities. These are:

• UK Space Agency (UKSA)

• Insolvency Service (INSS)

• Government Property Agency (GPA)

• Civil Service Commission (CSC)

• Social Mobility Commission (SMC)

• Committee on Standards in Public Life (CSPL)

• Security Vetting Appeals Panel (SVAP)

• Senior Salaries Review Body (SSRB)

• House of Lords Appointment Commission (HOLAC)

• Building Digital UK (BDUK)

• Trade Remedies authority (TRA)

• Committee on Climate Change (CCC)

• Government Internal Audit Agency (GIAA)

• National Infrastructure Commission (NIC)

• UK Debt Management Office (UK DMO)

• Office for Budget Responsibility (OBR)

• UK Government Investments (UKGI)

• Standards and Testing Agency (STA)

• Education and Skills Funding Agency (ESFA)

• Teaching Regulation Agency (TRA)

In alignment with published Shared Services Strategy there's potential for additional ALBs to onboard, however each will be assessed on a individual basis, subject to government principles around the management of public money and HM Treasury green book guidance.

The Matrix Programme, with DSIT acting as the lead contracting authority, will design, develop, and procure the new technologies and capabilities that are required to help modernise their 'back-office' systems. It will deliver a high quality, and good value, system and support service to help streamline transactions and activities that underpin the way departments are run.

In delivering against the objectives of the Shared Services strategy, the Programme will act as a key enabler for change within the Corporate Service landscape, replacing end-of-life technology and overcoming challenges of existing arrangements within each department to deliver substantial cashable and non-cashable benefits for the cluster.

The new shared service will focus on convergence across data, policies and processes, enabled by a scalable system, increasing interoperability across government, with the procurement bringing together up to (potentially but not guaranteed):

• 48k users based across the UK

• 15 instances of 9 different software solutions across the nine departments

• 10 service providers, varying in maturity, service provision and position.

The Authority is seeking to procure a combined single instance SaaS Solution along with a Systems Integrator, on behalf of the departments within the Matrix Programme, to ensure the delivery of high quality, VfM (Value for Money), shared HR (Human Resources), Finance services and Payroll which meet the needs of service users.

In order to meet the objectives of the Shared Services Strategy, outcomes and user needs of the Departments within the Matrix Programme, the Programme is seeking to purchase a Cloud based service leveraging the capabilities offered by a Software-as-a-Service (SaaS) ERP platform and associated technologies, and the necessary configuration, integration and business change / transformation.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48100000

48217000

48219300

48441000

48450000

48490000

72000000

72200000

72210000

72211000

72212450

72212451

72250000

72260000

72261000

72265000

72267000

72300000

72317000

72510000

72590000

72600000

72610000

79211110

79211120

79631000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Authority intends to launch a single "bundled procurement" for a SaaS Solution along with a Systems Integrator (SI). By "bundled procurement" the Authority means that the SaaS Solution and Systems Implementation solution are developed to work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrates they are a compatible supplier partnership.

The Authority recognises the disparity in the number of SaaS Suppliers in the market and that Systems Integrators (SI) can often offer more than one SaaS solution i.e. there are multiple possible pairings that may ultimately offer the "most economically advantageous tender". Therefore, the Authority is enabling all Suppliers to form different bid teams (see definition of “Consortium” in the procurement documents) and submit up to THREE unique SQ Responses / Bids each (should they wish to do so, this is not obligatory, a single supplier could also bid for both service elements). Bid teams may also propose different contracting models for their Consortium e.g a Systems Integrator as “prime” with SaaS “sub” model or where both SaaS Vendor and Systems Integrator each contract directly with the Authority. See the Procurement Documents for more information on this and other selection restrictions.

The Authority is conducting this Procurement using the Competitive Procedure with Negotiation in accordance with the requirements of Regulation 29 of the PCR Regulations 2015. Suppliers should familiarise themselves with this Regulation. The stages of the CPN procurement which will be applied within this procurement can be seen below;

Stage 1 - Standard Selection Questionnaire (SQ) - Suppliers will complete the SQ within the eSourcing Portal (Jaggaer - please note. IMPORTANT instructions around registering to this opportunity if you intend to submit >1 bid, can be found at the end of this notice). Suppliers shall be shortlisted to a maximum of the five highest scoring Suppliers (unique bid teams) progressing to Stage 2 following the evaluation and conclusion of Stage 1.

Please note that this procurement shall permit Suppliers to participate in up to three "bundled" SQ Responses. Please refer to the SQ Instructions, once available for more information. However, the maximum number of bids from any single SaaS Vendor or Systems Integrator which can be progressed to Stage 2, is TWO. The mechanism which shall be used to apply this restriction and to identify the five successful Suppliers invited to submit Initial Tenders is described in the SQ Instructions.

Stage 2 - Invitation to Submit Initial Tender (ITSIT) - A maximum of 5 Suppliers (unique bids) successful at Stage 1 will be invited to respond to the ITSIT documentation. The Initial Tenders shall be evaluated and the Authority may choose to negotiate with all five Suppliers (unique bids) or may reduce this to as few as three to negotiate with (further detail is provided within the Procurement Documents).

Please note that the Authority also reserves the right to award the contracts to the highest ranked Initial Tender submitted under this Procurement Process (but is not obliged to do so).

Stage 3 - Negotiations and Invitation to Submit Final Tenders (ITSFT) - Further details on the negotiation stage will be set out in the ITSIT. Note, not all elements of the Draft Contracts or Specification shall be in-scope of negotiation. Final Tenders shall be requested and submitted by Suppliers at the end of the negotiation phase.

Stage 4 - (Contract Award) - The Final Tenders shall be evaluated in accordance with the Evaluation Criteria as set out in the ITSFT and, subject to all Authority approvals being obtained, the Authority shall identify the highest scoring Final Tender and notify all Tenderers of the outcome of the Procurement.

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: 215 644 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 144

This contract is subject to renewal: Yes

Description of renewals:

Renewal will be subject to the future shared services strategy for government.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The period of the agreement relating to the Matrix Solution as supplied by the SaaS Vendor will be for up to 10 years, with the option of extension for up to 2 further years.

The period of the agreement with the Systems Integrator for implementation and support services will be for an initial period of 5 years, with the option of extension for up to 2 further years with an optional requirement for ongoing support thereafter which might potentially continue for the term of the SaaS Contract. Expectations for the duration of licenses for systems that are not provided by the SaaS Vendor shall be equivalent to the term of the SaaS Contract.

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

Timelines:

Indicative Procurement Timelines are set out within the SQ Guidance, please note the dates will be subject to change.

Contract Structure:

Please see Procurement Documents for more information on the form of draft contract/s to be procured.

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:

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 suite of SQ Procurement Documents, including draft 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_30:

https://beisgroup.ukp.app.jaggaer.com/

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Criteria as stated in the procurement documents

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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 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:

2023/S 000-002063

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/08/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Registering on Jaggaer:

IMPORTANT INSTRUCTIONS: Due to our unique "bundled procurement" and restrictions within our e-procurement system (Jaggaer), specifically with regards the ability to process Consortium bids, we are stipulating that ONLY the ‘Lead Bidder’ submits bids via Jaggaer on behalf of their respective ‘bundle’ – This is to mitigate against technical restrictions within our e-procurement system, only. Each unique bid which is submitted, must be through a UNIQUE Jaggaer account e.g. if a single supplier intends to engage and submit 3 unique bids / bundles with different partners, they would be required to create up to 3 unique Jaggaer accounts for their respective ‘bundles’ to process / submit tenders – a single account to manage more than 1 bid / bundle, IS NOT permitted.

Jaggaer registration guidance video; https://beisgroup.ukp.app.jaggaer.com/esop/ogc-host/public/beisgroup/web/user_guide.jst

Please note. this does not restrict any interested supplier (SaaS OR SI) from registering on the DSIT (BEIS) Jaggaer portal to view / participate (as per the instructions above) in this procurement opportunity (URL below):

https://beisgroup.ukp.app.jaggaer.com/

1. 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 temporary password.

Please ensure that the person who will be conducting the communications on behalf of your organisation is the official contact in your Jaggaer registration.

All associated questions and/or clarifications must be communicated through the Jaggaer E-Sourcing portal, adhering to Public Contracts Regulations 2015, section 18, transparency requirements.

The publication of this notice signals that the Department for Science, Innovation and Technology intends to launch a procurement 05/07/2023.

For further Jaggaer assistance please contact;

Phone; 08000 698 632

Email; customersupport@jaggaer.com

OR contact the eTendering 'help desk', available through the Jaggaer eSourcing portal.

2. To participate in this procurement opportunity - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. This procurement opportunity is identified within Jaggaer as;

"pqq_30 - Matrix Programme - Technology Solution and System Integration Service (prj_1484)"

URL: https://beisgroup.ukp.app.jaggaer.com/go/07324102018907B5A9F5

Click on the above event through Jaggaer Project_1484, to access the procurement content before submitting any bid. Click the 'Express Interest' button at the top of the page. This will move the procurement opportunity (pqq_30) into your 'My PQQs/ My ITTs' page. (A secure area reserved for your projects only) You can now access all procurement documentation provided at 'Stage 1' by clicking 'Buyer Attachments' in the 'PQQ Details' box. Please note this relates to 'Stage 1' of the Matrix Programme - Technology (including ERP) & Systems Integration Services, only. Suppliers who are successful at 'Stage 1' will be automatically progressed to 'Stage 2' by the Authority - this will be via a separate 'restricted' event, containing only those supplier/s which have been successful at 'Stage 1'.

The Authority will consider any clarification questions as they arise and will issue responses as promptly as possible. Responses to clarification messages will be anonymised and shared with all participating Providers.

The Department for Science, Innovation and Technology expressly reserves the rights to (i) amend or adapt scope of requirements before formal release of tender (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 Department for Science, Innovation and Technology be liable for any costs incurred by potential suppliers before a contract is signed.

VI.4) Procedures for review

VI.4.1) Review body

High Court - Royal Court of Justice, The Strand

London

UK

VI.5) Date of dispatch of this notice

04/07/2023

Coding

Commodity categories

ID Title Parent category
48219300 Administration software package Miscellaneous networking software package
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72610000 Computer support services Computer support and consultancy services
72510000 Computer-related management services Computer-related services
72590000 Computer-related professional services Computer-related services
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
72212451 Enterprise resource planning software development services Programming services of application software
48441000 Financial analysis software package Financial analysis and accounting software package
48100000 Industry specific software package Software package and information systems
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79211110 Payroll management services Accounting services
79631000 Personnel and payroll services Personnel services except placement and supply services
48490000 Procurement software package Business transaction and personal business software package
72210000 Programming services of packaged software products Software programming and consultancy services
72211000 Programming services of systems and user software Programming services of packaged software products
79211120 Sales and purchases recording services Accounting services
72265000 Software configuration services Software-related services
72267000 Software maintenance and repair services Software-related services
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72261000 Software support services Software-related services
72260000 Software-related services Software programming and consultancy services
72250000 System and support services Software programming and consultancy services
72212450 Time accounting or human resources software development services Programming services of application software
48450000 Time accounting or human resources software package Business transaction and personal business software package
48217000 Transaction-processing software package Networking software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Matrixbids@beis.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.