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

Synergy Technology (including ERP) & Systems Integration Services

  • First published: 27 May 2023
  • Last modified: 27 May 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-03bcfb
Published by:
Department for Work and Pensions
Authority ID:
AA0925
Publication date:
27 May 2023
Deadline date:
26 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority intends to commence a "bundled procurement" for Synergy Technology (including ERP) & Systems Integration Services through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015).

By "bundled procurement" the Authority means that the Technology (including ERP) and SI suppliers 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 demonstrate they are a compatible supplier partnership.

The Authority proposes conducting a single procurement process (with the application of a single evaluation methodology that will cover the different or “bundled” elements of the overall solution) to determine the fit for purpose 'bundle' of suppliers.

For the avoidance of doubt, the Authority does not propose a 'lotted' procurement or a prime contractor/subcontractor model.

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_98908:

https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Work and Pensions

Quarry House, Quarry Hill

Leeds

LS2 &UA

UK

E-mail: JAMES.BRATHWAITE@DWP.GOV.UK

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-work-pensions

Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-work-pensions

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.gov.uk/government/organisations/department-for-work-pensions


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.gov.uk/government/organisations/department-for-work-pensions


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.gov.uk/government/organisations/department-for-work-pensions


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

Synergy Technology (including ERP) & Systems Integration Services

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.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 a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance service which meet the needs of service users.

The Synergy Programme has been established to bring together a number of Departments and ALBs in line with the Shared Services Strategy for Government: this includes building a common operating model, establishing Business Process Services (BPS) using one technology and one commercial strategy.

The Synergy Programme comprises the following central Government Departments (Departments) and their ALBs (together the “Cluster Departments”).

• Ministry of Justice (MoJ);

• Department for Work and Pensions (DWP);

• Department for the Environment, Food and Rural Affairs (DEFRA); and

• Home Office (HO).

The Authority (DWP) is currently the lead contracting authority for the Synergy Programme.

The prime driver of the Synergy Programme is to drive significant business transformation across the Cluster Departments. The Synergy Programme, together with the successful suppliers will jointly 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 five programme delivery phases. 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.

To meet the objectives of the Synergy Programme the Authority intends to:

- procure and adopt a cloud-based service leveraging the capabilities offered by a Software-as-a-Service (SaaS) ERP platform and associated technologies;

- procure a Systems Integration service to enable the transition (and support business change) to the SaaS ERP platform and associated technologies.

The Authority seeks to deliver value and efficiency across all transaction services, including the separation of technology from service centres.

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 (Human Resources) data to enable better informed decisions. The Synergy Programme will drive significant business transformation across four major Departments 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

The Cluster Departments have circa 250,000 employees between them and has a commonality of currently using the same outsourced BPS Partner, Shared Services Connected Limited (SSCL).

SSCL provide the current technology solution the Single Operating Platform (SOP) shared by DWP, DEFRA and the MoJ. SOP is based on an Oracle eBusiness Suite 12.2.6 instance recently migrated from on premise to being hosted since October 2020 on a PaaS (Platform as a Service) Oracle Cloud Infrastructure (OCI).

The Home Office have a direct contractual relationship with Oracle having already migrated on to an instance of their ERP SaaS (Software as a Service) platform as part of their METIS Programme.

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

48411000

48440000

48441000

48450000

48490000

72000000

72200000

72210000

72211000

72212450

72212451

72250000

72260000

72261000

72265000

72267000

72300000

72317000

72500000

72510000

72590000

72600000

72610000

72900000

79000000

79211110

79211120

79630000

79631000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Authority intends to commence a "bundled procurement" for Synergy Technology (including ERP) & Systems Integration Services through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015).

By "bundled procurement" the Authority means that the Technology (including ERP) and SI suppliers 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 demonstrate they are a compatible supplier partnership.

The Authority proposes conducting a single procurement process (with the application of a single evaluation methodology that will cover the different or “bundled” elements of the overall solution) to determine the fit for purpose 'bundle' of suppliers.

For the avoidance of doubt, the Authority does not propose a 'lotted' procurement or a prime contractor/subcontractor model.

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_98908:

https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Envelope (Quality) / Weighting: 60%

Quality criterion: Social Value / Weighting: 10%

Quality criterion: Further details are contained in the procurement documents. / Weighting: N/A

Price / Weighting:  30%

II.2.6) Estimated value

Value excluding VAT: 933 651 000.00  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:

Up to 24 months increment to be defined by the Authority.

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

Envisaged minimum number: 3

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_98908:

https://dwp.bravosolution.co.uk/web/login.shtml https://dwp.bravosolution.co.uk/web/login.shtml

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract is based on a co-signatory model with a System Integrator and Technology (ERP) supplier providing services under the same contract. The Authority may extend each of these service elements by up to two further years from their initial terms (five years and ten years respectively).

II.2.13) Information about European Union funds

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

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 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_98908:

https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)

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

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_98908:

https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)

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 000-010031

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

Date: 26/06/2023

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/08/2023

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/12/2024

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

For the avoidance of doubt, the Authority’s “Minimum Requirements” (as defined within PCR 2015) are set out in Schedule 2 (Services Description) of the Contract.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Strand London

WC2A 2L

UK

VI.5) Date of dispatch of this notice

26/05/2023

Coding

Commodity categories

ID Title Parent category
48219300 Administration software package Miscellaneous networking software package
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
72900000 Computer back-up and catalogue conversion services IT services: consulting, software development, Internet and support
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
72500000 Computer-related services IT services: consulting, software development, Internet and support
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
48440000 Financial analysis and accounting software package Business transaction and personal business software package
48441000 Financial analysis software package Financial analysis and accounting software package
48100000 Industry specific software package Software package and information systems
48411000 Investment management software package Investment management and tax preparation software package
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
79630000 Personnel services except placement and supply services Recruitment 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:
JAMES.BRATHWAITE@DWP.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.