Award

Development and Live Support of the DWP Digital Children's Platform

DEPARTMENT FOR WORK AND PENSIONS

This public procurement record has 1 release in its history.

Award

17 Mar 2021 at 00:01

Summary of the contracting process

The Department for Work and Pensions (DWP) is currently engaged in the procurement process for the "Development and Live Support of the DWP Digital Children's Platform" under the services category for IT. This procurement is at the awarding stage following a call-off contract awarded to Tata Consultancy Services Limited, set to expire on 31st March 2022. The initial contract began on 1st October 2018, and an extension was necessitated due to the impact of COVID-19, allowing for a crucial continuation of services until a new procurement can be safely undertaken. The contract entails detailed maintenance and development of the CMS2012 application, which directly supports child maintenance services affecting approximately 750,000 children across the UK.

This tender presents significant opportunities for businesses engaged in IT services, particularly those skilled in application development, systems support, and digital service transformations. Companies with expertise in managing complex IT infrastructures, particularly those familiar with child support and social services, would be particularly well-suited to compete for future contracts arising from this procurement. The successful candidate will not only assist in maintaining essential public services but will also gain the pivotal role of facilitating the safe transition to new systems within the DWP's digital landscape, enhancing their market presence and service delivery capabilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Development and Live Support of the DWP Digital Children's Platform

Notice Description

The Child Maintenance Group (CMG) is responsible for obtaining maintenance from absent or non-resident parents and paying it to parents with care not in receipt of benefit. CMG depends on the Child Maintenance Scheme (CMS) 2012 System to deliver its services to customers. The supplier currently provides an Application Development and Live Support service to the Department under a contract that is due to expire on 31st March 2021. The primary purpose of the contract is to provide development and maintenance in relation to the core CMS2012 application so that it remains operational and fit for use. The CMS2012 application underpins the CMS 2012 System and enables the CMG's administration of child maintenance services. For context, 750k children are covered by 530k child maintenance service arrangements and PS960m per annum in child maintenance is paid to parents with care. The CMS 2012 System also supports the processing of 6.5k applications per month by CMG through its various channels. The services provided under the contract include the provision of delivery of products, projects and programmes, architecture strategy, product design, engineering and quality (build and test), service management and support/development/enhancement of application functionality to meet and deliver evolving business requirements.

Lot Information

Lot 1

The contract was awarded as a call-off contract under the Digital Outcomes and Specialists 2 framework. It provided for a 2-year initial term from 1st October 2018 with a right for the Department to extend for a further period of up to 6 months, which was exercised in August 2020 and is currently due to expire on 31st March 2021. This notice confirms that an extension of up to an additional 12 months to 31st March 2022 has become necessary to mitigate the high risk of disruption to the critical public services provided by CMG which are dependent on the CMS2012 application. The extension will allow for the delivery of key business and transformation initiatives to enable the Department to efficiently transition and exit from the contract. Under the contract, the supplier provides flexible capacity and capability to support the Department by providing digital teams for the Development and Live Support of the DWP Digital Children & Families service line technology estate, primarily the Child Maintenance Scheme (CMS) 2012 System which is underpinned by the CMS2012 application. Digital teams support the delivery of outcomes for required regular releases to deploy a range of additional business and technical requirements and provide live support to the production system, within a complex multi-application, multi-supplier environment, to ensure it remains current with legislation, operational and fit for use. In addition, the contract supports all applications in the CMG IT estate which have interfaces to various other applications used within the Department. The CMG IT estate is integrated into the critical public services provided by the Department that UK citizens rely on for the payment of their benefit and pensions. Issues with the service continuity of CMG's systems, including those supported under this contract, are likely to impact other areas of DWP service provision, for example, notifications of citizen changes of circumstance may not be fed through to other relevant services e.g. change of address. Options considered: Re-procurement of the service before 31 March 2021: This was not a viable option due to timing and cost. Given the impact the COVID-19 pandemic had on the delivery of CMG's services including the delivery of key business and transformation initiatives to enable the Department to efficiently transition and exit from the contract and the scale and complexity of the CMS2012 application, the Department has had to defer re-procurement of the contract. Transition to a new supplier earlier would have led to inevitable service disruption of the critical public services delivered by the Child Maintenance Scheme (CMS) 2012 System which is underpinned by the CMS2012 application resulting in significant inconvenience to the Department dealing with the impact of COVID. In addition, a change of supplier before 31 March 2021 could not have been made for technical and interoperability reasons. Transitioning the existing service in-house: The Department currently has no capacity within its current headcount to absorb this activity owing to difficulty in recruitment of permanent resources with the correct skill set and competing demand from both public and private sector. Furthermore, the extension provides the opportunity to safely run a new procurement, mitigating the risks of transitioning at the same time as delivering key requirements. The Department will exit the contract at the earliest opportunity subject to a new agreement being placed and allowing time for the necessary transition and exit activity to be concluded. The variation to extend the contract will not be entered into before the end of a period of at least 10 calendar days from the day after the date of publication of this notice. For these reasons, as explained more fully in this Notice, the Department considers the proposed extension to be justifiable under Regulation 72 of the Public Contracts Regulations 2015, namely Regulation 72(1)(b), 72(1)(c) and 72(1)(e).

Procurement Information

This extension is permissible under Regulation 72 of the Public Contracts Regulations 2015, namely Regulation 72(1)(b), 72(1)(c) and 72(1)(e). The extension has become necessary to accommodate CMG's changing requirements bought about by the impact of COVID-19. Services provided under the contract had to be refocused on COVID-19 related priorities, for example, to accelerate the enhancement of online channels to reduce the impact of caseworker redeployment to other areas of the Department's business (such as universal credit payment) and enable home working etc. This meant that the delivery of key business and transformation initiatives to enable the Department to safely transition and exit from the contract were delayed. An extension of up to 12 months will allow for delivery of these key projects and safe exit and transition from the contract. Technical (including interoperability) reasons prevent a change of contractor. Significant elements of the CMG IT estate are based on tightly coupled, highly customised Commercial Off the Shelf products. Detailed functional knowledge of the customisations to support CMG's processes is required in addition to product knowledge. This functional knowledge rests with the incumbent supplier. Transferring responsibility for managing, supporting and modifying the solution to another supplier without having completed CMG's planned key business and transformation initiatives would therefore carry a high risk of disruption to service continuity, with elements that another supplier may be unable to support or replicate. The CMG IT estate also contains applications which have interfaces to various other applications used within the Department. The CMG IT estate is integrated into the critical public services provided by the Department that UK citizens rely on for the payment of their benefits and pensions. Issues with the service continuity of CMG systems is likely to impact other areas of DWP service provision, for example notifications of citizen changes of circumstance may not be fed through to other relevant services e.g. change of address and amendments to deductions taken from benefits. A change of contractor would cause significant inconvenience: Transition to a new supplier before 31 March 2021 would have led to inevitable service disruption of the critical public services delivered by the Child Maintenance Scheme (CMS) 2012 System which is underpinned by the CMS2012 application resulting in significant inconvenience to the Department. Unforeseen circumstances: The Covid-19 pandemic is an event that DWP could not have foreseen. As explained above, the impact of COVID-19 resulted in the decision to extend the contract rather than re-compete during 2020 as COVID-19 delayed delivery of all CMG planned work. No alteration in the overall nature of the contract: The variation will extend the length/increase the value of the contract but will not alter the nature of the contract. Any increase in price does not exceed 50% of the value of the original contract: The maximum value for the extension period will be limited to PS14.58m. The original published contract value was PS36m, and the extension value will therefore fall within the 50% threshold. No substantial change: Aside from length and value, there will be no changes made to the contract's terms

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029c6a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005369-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£14,583,333 £10M-£100M

Notice Dates

Publication Date
17 Mar 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
26 Mar 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR WORK AND PENSIONS
Contact Name
Mark Cranshaw
Contact Email
mark.cranshaw@dwp.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9DA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC22 Tyneside

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

TATA CONSULTANCY SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029c6a-2021-03-17T00:01:22Z",
    "date": "2021-03-17T00:01:22Z",
    "ocid": "ocds-h6vhtk-029c6a",
    "description": "The Department will be imminently publishing the relevant notices with regards the procurement to re-tender the services provided under this contract.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-029c6a",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Development and Live Support of the DWP Digital Children's Platform",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Child Maintenance Group (CMG) is responsible for obtaining maintenance from absent or non-resident parents and paying it to parents with care not in receipt of benefit. CMG depends on the Child Maintenance Scheme (CMS) 2012 System to deliver its services to customers. The supplier currently provides an Application Development and Live Support service to the Department under a contract that is due to expire on 31st March 2021. The primary purpose of the contract is to provide development and maintenance in relation to the core CMS2012 application so that it remains operational and fit for use. The CMS2012 application underpins the CMS 2012 System and enables the CMG's administration of child maintenance services. For context, 750k children are covered by 530k child maintenance service arrangements and PS960m per annum in child maintenance is paid to parents with care. The CMS 2012 System also supports the processing of 6.5k applications per month by CMG through its various channels. The services provided under the contract include the provision of delivery of products, projects and programmes, architecture strategy, product design, engineering and quality (build and test), service management and support/development/enhancement of application functionality to meet and deliver evolving business requirements.",
        "lots": [
            {
                "id": "1",
                "description": "The contract was awarded as a call-off contract under the Digital Outcomes and Specialists 2 framework. It provided for a 2-year initial term from 1st October 2018 with a right for the Department to extend for a further period of up to 6 months, which was exercised in August 2020 and is currently due to expire on 31st March 2021. This notice confirms that an extension of up to an additional 12 months to 31st March 2022 has become necessary to mitigate the high risk of disruption to the critical public services provided by CMG which are dependent on the CMS2012 application. The extension will allow for the delivery of key business and transformation initiatives to enable the Department to efficiently transition and exit from the contract. Under the contract, the supplier provides flexible capacity and capability to support the Department by providing digital teams for the Development and Live Support of the DWP Digital Children & Families service line technology estate, primarily the Child Maintenance Scheme (CMS) 2012 System which is underpinned by the CMS2012 application. Digital teams support the delivery of outcomes for required regular releases to deploy a range of additional business and technical requirements and provide live support to the production system, within a complex multi-application, multi-supplier environment, to ensure it remains current with legislation, operational and fit for use. In addition, the contract supports all applications in the CMG IT estate which have interfaces to various other applications used within the Department. The CMG IT estate is integrated into the critical public services provided by the Department that UK citizens rely on for the payment of their benefit and pensions. Issues with the service continuity of CMG's systems, including those supported under this contract, are likely to impact other areas of DWP service provision, for example, notifications of citizen changes of circumstance may not be fed through to other relevant services e.g. change of address. Options considered: Re-procurement of the service before 31 March 2021: This was not a viable option due to timing and cost. Given the impact the COVID-19 pandemic had on the delivery of CMG's services including the delivery of key business and transformation initiatives to enable the Department to efficiently transition and exit from the contract and the scale and complexity of the CMS2012 application, the Department has had to defer re-procurement of the contract. Transition to a new supplier earlier would have led to inevitable service disruption of the critical public services delivered by the Child Maintenance Scheme (CMS) 2012 System which is underpinned by the CMS2012 application resulting in significant inconvenience to the Department dealing with the impact of COVID. In addition, a change of supplier before 31 March 2021 could not have been made for technical and interoperability reasons. Transitioning the existing service in-house: The Department currently has no capacity within its current headcount to absorb this activity owing to difficulty in recruitment of permanent resources with the correct skill set and competing demand from both public and private sector. Furthermore, the extension provides the opportunity to safely run a new procurement, mitigating the risks of transitioning at the same time as delivering key requirements. The Department will exit the contract at the earliest opportunity subject to a new agreement being placed and allowing time for the necessary transition and exit activity to be concluded. The variation to extend the contract will not be entered into before the end of a period of at least 10 calendar days from the day after the date of publication of this notice. For these reasons, as explained more fully in this Notice, the Department considers the proposed extension to be justifiable under Regulation 72 of the Public Contracts Regulations 2015, namely Regulation 72(1)(b), 72(1)(c) and 72(1)(e).",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC22"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This extension is permissible under Regulation 72 of the Public Contracts Regulations 2015, namely Regulation 72(1)(b), 72(1)(c) and 72(1)(e). The extension has become necessary to accommodate CMG's changing requirements bought about by the impact of COVID-19. Services provided under the contract had to be refocused on COVID-19 related priorities, for example, to accelerate the enhancement of online channels to reduce the impact of caseworker redeployment to other areas of the Department's business (such as universal credit payment) and enable home working etc. This meant that the delivery of key business and transformation initiatives to enable the Department to safely transition and exit from the contract were delayed. An extension of up to 12 months will allow for delivery of these key projects and safe exit and transition from the contract. Technical (including interoperability) reasons prevent a change of contractor. Significant elements of the CMG IT estate are based on tightly coupled, highly customised Commercial Off the Shelf products. Detailed functional knowledge of the customisations to support CMG's processes is required in addition to product knowledge. This functional knowledge rests with the incumbent supplier. Transferring responsibility for managing, supporting and modifying the solution to another supplier without having completed CMG's planned key business and transformation initiatives would therefore carry a high risk of disruption to service continuity, with elements that another supplier may be unable to support or replicate. The CMG IT estate also contains applications which have interfaces to various other applications used within the Department. The CMG IT estate is integrated into the critical public services provided by the Department that UK citizens rely on for the payment of their benefits and pensions. Issues with the service continuity of CMG systems is likely to impact other areas of DWP service provision, for example notifications of citizen changes of circumstance may not be fed through to other relevant services e.g. change of address and amendments to deductions taken from benefits. A change of contractor would cause significant inconvenience: Transition to a new supplier before 31 March 2021 would have led to inevitable service disruption of the critical public services delivered by the Child Maintenance Scheme (CMS) 2012 System which is underpinned by the CMS2012 application resulting in significant inconvenience to the Department. Unforeseen circumstances: The Covid-19 pandemic is an event that DWP could not have foreseen. As explained above, the impact of COVID-19 resulted in the decision to extend the contract rather than re-compete during 2020 as COVID-19 delayed delivery of all CMG planned work. No alteration in the overall nature of the contract: The variation will extend the length/increase the value of the contract but will not alter the nature of the contract. Any increase in price does not exceed 50% of the value of the original contract: The maximum value for the extension period will be limited to PS14.58m. The original published contract value was PS36m, and the extension value will therefore fall within the 50% threshold. No substantial change: Aside from length and value, there will be no changes made to the contract's terms"
    },
    "awards": [
        {
            "id": "005369-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "Development and Live Support of the DWP Digital Children's Platform",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-9103",
                    "name": "Tata Consultancy Services Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-9102",
            "name": "DEPARTMENT FOR WORK AND PENSIONS",
            "identifier": {
                "legalName": "DEPARTMENT FOR WORK AND PENSIONS"
            },
            "address": {
                "streetAddress": "CAXTON HOUSE",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "SW1H9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mark Cranshaw",
                "email": "Mark.Cranshaw@DWP.GOV.UK"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "10",
                        "description": "Social protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-9103",
            "name": "Tata Consultancy Services Limited",
            "identifier": {
                "legalName": "Tata Consultancy Services Limited"
            },
            "address": {
                "streetAddress": "18 Grosvenor Place",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SW1X 7HS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-88",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-9102",
        "name": "DEPARTMENT FOR WORK AND PENSIONS"
    },
    "contracts": [
        {
            "id": "005369-2021-1",
            "awardID": "005369-2021-1",
            "title": "Development and Live Support of the DWP Digital Children's Platform",
            "status": "active",
            "value": {
                "amount": 14583333,
                "currency": "GBP"
            },
            "dateSigned": "2018-03-27T00:00:00+01:00"
        }
    ],
    "language": "en"
}