Notice Information
Notice Title
Department of Finance - CGTP - Business Transformation Partner (BTP)
Notice Description
The Central Government Transformation Programme (CGTP) within the Department of Finance (DoF) is focused on transforming the future delivery of Finance, HR and Payroll end-to-end services for all existing Central Government customers in Northern Ireland. CGTP has a requirement to appoint a Business Transformation Partner (BTP) to provide advice and support in the delivery of the programme. The Programme needs an external partner who has experience and insights from successfully delivering programmes of a similar scale and complexity as CGTP. The BTP will be working in partnership with the CGTP to define the integrated TOM, including business outcomes, process definitions, organisation and service design/impacts and to advise on the transformation approach and change management, and will support in the Tech-Enablement phase once the technology solution has been selected. The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. Further details on the services required are provided in the Specification Schedule.
Lot Information
Lot 1
The Central Government Transformation Programme (CGTP) within the Department of Finance (DoF) is focused on transforming the future delivery of Finance, HR and Payroll end-to-end services for all existing Central Government customers in Northern Ireland. CGTP has a requirement to appoint a Business Transformation Partner (BTP) to provide advice and support in the delivery of the programme. The Programme needs an external partner who has experience and insights from successfully delivering programmes of a similar scale and complexity as CGTP. The BTP will be working in partnership with the CGTP to define the integrated TOM, including business outcomes, process definitions, organisation and service design/impacts and to advise on the transformation approach and change management, and will support in the Tech-Enablement phase once the technology solution has been selected. The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. Further details on the services required are provided in the Specification Schedule.
Options: The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. As indicated in the contract notice 2021/S 000-021099 the potential value of spend under this contract is estimated to be in the range of PS7.8 million to PS10 million GBP exclusive of VAT. Given the nature of the Programme and the length of the assignment, the Contractor should be aware that there may be changes that could potentially impact on the requirements of this assignment and the provision of Additional Services as covered by the Common Procurement Vocabulary CPV codes as noted in the Contract Notice for this Competition that may be requested. This includes but is not limited to:- * Changes in Legislation/policy affecting Programme scope;* Changes in Technology; and * Changes in timescale due to external factors e.g. COVID. There is no guarantee of the volume of work required during the lifetime of the contract and funding for any Additional Services are subject to further approvals.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02d9db
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027325-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
66170000 - Financial consultancy, financial transaction processing and clearing-house services
72000000 - IT services: consulting, software development, Internet and support
72212200 - Networking, Internet and intranet software development services
72212211 - Platform interconnectivity software development services
72212400 - Business transaction and personal business software development services
72212451 - Enterprise resource planning software development services
72212482 - Business intelligence software development services
72212900 - Miscellaneous software development services and computer systems
72220000 - Systems and technical consultancy services
72221000 - Business analysis consultancy services
72222300 - Information technology services
72224000 - Project management consultancy services
72224100 - System implementation planning services
72227000 - Software integration consultancy services
72228000 - Hardware integration consultancy services
72266000 - Software consultancy services
72500000 - Computer-related services
79211110 - Payroll management services
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
79411100 - Business development consultancy services
79412000 - Financial management consultancy services
79414000 - Human resources management consultancy services
79631000 - Personnel and payroll services
79990000 - Miscellaneous business-related services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- £10,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 1 Nov 20214 years ago
- Submission Deadline
- 29 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Oct 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF FINANCE
- Contact Name
- Not specified
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 4NN
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02d9db-2021-11-01T14:44:02Z",
"date": "2021-11-01T14:44:02Z",
"ocid": "ocds-h6vhtk-02d9db",
"description": "The Contractor's performance on this Contract will be managed as per the specification and regularly monitored (see https://. www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be grounds for termination of the contract at the Contractors expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of multiple Notice of Written Warning or Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy. The value of spend under this contract is estimated to be in the range. of PS7.8-PS10 million. There is no guarantee of the volume of work required during the lifetime of the contract. Given the nature of the. Programme and the length of the assignment, the Contractor should be aware that there may be changes that could potentially impact. on the requirements of this assignment and the provision of Additional Services as covered by the Common Procurement Vocabulary. (CPV) codes as noted in the Contract Notice for this Competition that may be requested. This includes but is not limited to:- * Changes in Legislation/policy affecting Programme scope; * Changes in Technology; and * Changes in timescale due to external factors e.g. COVID. Please note that throughout the lifetime of the Programme the CGTP branding and associated marketing may be subject to change. Any re-branding will continue to focus on transforming the future delivery of Finance and HR & Payroll end-to-end services for all existing Central Government customers in NI.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02d9db",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Department of Finance - CGTP - Business Transformation Partner (BTP)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Central Government Transformation Programme (CGTP) within the Department of Finance (DoF) is focused on transforming the future delivery of Finance, HR and Payroll end-to-end services for all existing Central Government customers in Northern Ireland. CGTP has a requirement to appoint a Business Transformation Partner (BTP) to provide advice and support in the delivery of the programme. The Programme needs an external partner who has experience and insights from successfully delivering programmes of a similar scale and complexity as CGTP. The BTP will be working in partnership with the CGTP to define the integrated TOM, including business outcomes, process definitions, organisation and service design/impacts and to advise on the transformation approach and change management, and will support in the Tech-Enablement phase once the technology solution has been selected. The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. Further details on the services required are provided in the Specification Schedule.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Central Government Transformation Programme (CGTP) within the Department of Finance (DoF) is focused on transforming the future delivery of Finance, HR and Payroll end-to-end services for all existing Central Government customers in Northern Ireland. CGTP has a requirement to appoint a Business Transformation Partner (BTP) to provide advice and support in the delivery of the programme. The Programme needs an external partner who has experience and insights from successfully delivering programmes of a similar scale and complexity as CGTP. The BTP will be working in partnership with the CGTP to define the integrated TOM, including business outcomes, process definitions, organisation and service design/impacts and to advise on the transformation approach and change management, and will support in the Tech-Enablement phase once the technology solution has been selected. The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. Further details on the services required are provided in the Specification Schedule.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. As indicated in the contract notice 2021/S 000-021099 the potential value of spend under this contract is estimated to be in the range of PS7.8 million to PS10 million GBP exclusive of VAT. Given the nature of the Programme and the length of the assignment, the Contractor should be aware that there may be changes that could potentially impact on the requirements of this assignment and the provision of Additional Services as covered by the Common Procurement Vocabulary CPV codes as noted in the Contract Notice for this Competition that may be requested. This includes but is not limited to:- * Changes in Legislation/policy affecting Programme scope;* Changes in Technology; and * Changes in timescale due to external factors e.g. COVID. There is no guarantee of the volume of work required during the lifetime of the contract and funding for any Additional Services are subject to further approvals."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Qualitative Criteria as per tender documents",
"type": "quality",
"description": "65"
},
{
"name": "Quantitative Criteria as per tender documents",
"type": "cost",
"description": "35"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212211",
"description": "Platform interconnectivity software development services"
},
{
"scheme": "CPV",
"id": "72212200",
"description": "Networking, Internet and intranet software development services"
},
{
"scheme": "CPV",
"id": "72212400",
"description": "Business transaction and personal business software development services"
},
{
"scheme": "CPV",
"id": "72212451",
"description": "Enterprise resource planning software development services"
},
{
"scheme": "CPV",
"id": "72212482",
"description": "Business intelligence software development services"
},
{
"scheme": "CPV",
"id": "72212900",
"description": "Miscellaneous software development services and computer systems"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "72224100",
"description": "System implementation planning services"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72266000",
"description": "Software consultancy services"
},
{
"scheme": "CPV",
"id": "79631000",
"description": "Personnel and payroll services"
},
{
"scheme": "CPV",
"id": "79211110",
"description": "Payroll management services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79414000",
"description": "Human resources management consultancy services"
},
{
"scheme": "CPV",
"id": "79990000",
"description": "Miscellaneous business-related services"
},
{
"scheme": "CPV",
"id": "66170000",
"description": "Financial consultancy, financial transaction processing and clearing-house services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"contractTerms": {
"performanceTerms": "The successful Contractor's performance will be managed as per the specification and. conditions of contract."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-09-29T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-12-28T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2021-09-29T15:30:00+01:00"
},
"bidOpening": {
"date": "2021-09-29T15:30:00+01:00",
"description": "Only CPD Procurement staff with access to the project on eTendersNI."
},
"hasRecurrence": false,
"reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.."
},
"parties": [
{
"id": "GB-FTS-26600",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "44-58 May Street",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT1 4NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-7015",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures.",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-33251",
"name": "ERNST YOUNG LLP",
"identifier": {
"legalName": "ERNST YOUNG LLP"
},
"address": {
"streetAddress": "5th Floor, Bedford House, 16 Bedford Street",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT2 7DT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079512000",
"email": "jkilliner@uk.ey.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-23124",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures apart from the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures apart from the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-26600",
"name": "Department of Finance"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:252407-2019:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "027325-2021-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33251",
"name": "ERNST YOUNG LLP"
}
]
}
],
"contracts": [
{
"id": "027325-2021-1-1",
"awardID": "027325-2021-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2021-10-29T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}