Award

Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)

MINISTRY OF DEFENCE

This public procurement record has 5 releases in its history.

Award

21 Apr 2022 at 15:31

Tender

12 Jan 2022 at 22:45

Tender

20 Dec 2021 at 22:45

TenderUpdate

22 Oct 2021 at 21:45

Planning

14 Oct 2021 at 21:45

Summary of the contracting process

The procurement process initiated by the Ministry of Defence involves the tender titled "Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)." This service procurement, categorised under business services including law, marketing, consulting, and security, is located in London, UK. The contract, with an active status, was awarded to Ernst & Young LLP with a total value of £3 million and was officially signed on 22nd March 2022. The procurement method followed a selective approach under a restricted procedure, with the award criteria primarily based on price.

This tender represents significant opportunities for businesses specialising in consultancy and management services, particularly those experienced in strategic development and cost modelling relevant to defence. Companies that can provide innovative approaches to conceptual development, strategic simulation, and implementation management will be well-suited to compete. The engagement is expected to shape the future operations and reward systems within the Armed Forces, thus attracting firms capable of delivering high-level analytical and strategic expertise.

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

Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)

Notice Description

Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)

Lot Information

Conceptual Development

Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR) Additional information: Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)

Strategic Simulation

This work package requires strategic simulation(s) to be developed, which will bring together all the evidence and data to determine the impact policy options could have in different scenarios at strategic, operational, and tactical levels. Suppliers should have experience of syncretising all parts of an employment offer in a large organisation to establish a coherent reward and incentivisation strategy such that the impact of potential policy options can be understood. Suppliers should also have relevant analytical skills, including drawing together quantitative and qualitative research together to evaluate the impact of options.

Implementation Management

This work package will conduct assessments of policy options to understand, in outline terms, how these could be delivered, particularly with respect to an underlying IT solution. This work will help develop the Review's recommendations by identifying solutions that are deliverable and minimise implementation costs. Suppliers should have experience in designing top-level R&I systems in complex organisations, which anticipate implementation challenges and enable a reward offer to be delivered efficiently and effectively. Suppliers should also have experience of IT implementation challenges and identifying back-office efficiencies.

Cost Modelling

This work package requires a cost model to be developed to enable high-level cost-modelling, which will support decisions on individual policy options/design and underpin overall assurance that the holistic reward model is affordable within reasonable parameters of uncertainty. Suppliers should have a proven track-record of cost-modelling, with a particular focus on high-level modelling of future holistic reward options, and on explaining the impact of cost assumptions on the overall assurance of high-level affordability. Suppliers should also have experience of working with in-house data owners to understand detailed modelling requirements, and of providing technical assurance for cost models which have been developed.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ec1a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010412-2022
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,000,000 £1M-£10M

Notice Dates

Publication Date
21 Apr 20223 years ago
Submission Deadline
24 Jan 2022Expired
Future Notice Date
3 Dec 2021Expired
Award Date
22 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Iain McLean
Contact Email
iain.mclean118@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGPW
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

ERNST & YOUNG

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-02ec1a-2022-04-21T16:31:20+01:00",
    "date": "2022-04-21T16:31:20+01:00",
    "ocid": "ocds-h6vhtk-02ec1a",
    "description": "Interested Parties must complete the PQQ 702630456 on the Defence Sourcing Portal. No other methods of Expression of Interest will be acceptable.",
    "initiationType": "tender",
    "tender": {
        "id": "702630456",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "mainProcurementCategory": "services",
        "description": "Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)",
        "lots": [
            {
                "id": "1",
                "title": "Conceptual Development",
                "description": "Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR) Additional information: Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)",
                "status": "cancelled",
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Strategic Simulation",
                "description": "This work package requires strategic simulation(s) to be developed, which will bring together all the evidence and data to determine the impact policy options could have in different scenarios at strategic, operational, and tactical levels. Suppliers should have experience of syncretising all parts of an employment offer in a large organisation to establish a coherent reward and incentivisation strategy such that the impact of potential policy options can be understood. Suppliers should also have relevant analytical skills, including drawing together quantitative and qualitative research together to evaluate the impact of options.",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "4",
                "title": "Implementation Management",
                "description": "This work package will conduct assessments of policy options to understand, in outline terms, how these could be delivered, particularly with respect to an underlying IT solution. This work will help develop the Review's recommendations by identifying solutions that are deliverable and minimise implementation costs. Suppliers should have experience in designing top-level R&I systems in complex organisations, which anticipate implementation challenges and enable a reward offer to be delivered efficiently and effectively. Suppliers should also have experience of IT implementation challenges and identifying back-office efficiencies.",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "3",
                "title": "Cost Modelling",
                "description": "This work package requires a cost model to be developed to enable high-level cost-modelling, which will support decisions on individual policy options/design and underpin overall assurance that the holistic reward model is affordable within reasonable parameters of uncertainty. Suppliers should have a proven track-record of cost-modelling, with a particular focus on high-level modelling of future holistic reward options, and on explaining the impact of cost assumptions on the overall assurance of high-level affordability. Suppliers should also have experience of working with in-house data owners to understand detailed modelling requirements, and of providing technical assurance for cost models which have been developed.",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "London"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2",
                "deliveryLocation": {
                    "description": "London"
                }
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4",
                "deliveryLocation": {
                    "description": "London"
                }
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3",
                "deliveryLocation": {
                    "description": "London"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-12-03T00:00:00Z"
        },
        "submissionMethod": [
            "written"
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "(following on from original section)--- but move beyond this to build a more strategic, long-term view. The remainder of the work package will use the view of the System that has been created as a tool to support decision making. Key areas of support are to firstly interrogate the model created to identify potential policy options and then testing these, across a range of situations, to understand the likely impacts on, for instance, recruitment and retention or operational capability. It is important that the work considers the unique aspects of Defence in terms of the nature of its work and what AF Personnel are likely to value in 2035. It is anticipated that this work will flow into the strategic cost modelling with iterations between the two - simulating different options to arrive at evidence-based recommendations. This package will require strong analytical skills coupled with Reward & Incentivisation experience and, ideally, experience of creating strategic views of Reward & Incentivisation systems across a range of different contexts; c) Strategic cost modelling. This package of work will deliver high-level modelling of costs, both to underpin overall assurance that the holistic reward model is affordable within reasonable parameters of uncertainty and to enable decisions on potential individual policy options/design. This will require close work with data owners across Defence. As the Review will focus on the strategic framework for reward, rather than defining detailed solutions, this cost modelling must deal with significant uncertainty and move beyond existing data sets; it will be important that underlying assumptions and their impact on assurance can be thoroughly understood; d) Implementation management. This package is focused on ensuring Review recommendations are framed in a way that will minimise implementation and ongoing back-office costs. The Review itself will not be responsible for implementation, but must design a top-level system that should anticipate implementation challenges and enable us to exploit opportunities to deliver the reward offer more effectively. The work to be undertaken will involve conducting assessments of policy options to understand, in outline terms, how those could be delivered, particularly with respect to any underlying IT solution. This should Identify potential through-life deliverability issues, drawing from broad experience of the reward area, to help frame a flexible, responsive and future-proof system. It should also identify opportunities, particularly anticipating future IT, data and analytical technologies, and advise how to shape policy to anticipate these. Finally, support in this package will help develop dedicated implementation recommendations to be included in the Review report where that is strategically important (e.g. where future analytical capability would be key to effective management of the system)."
                        },
                        "where": {
                            "section": "ii.1.4"
                        }
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Time"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-01-24T10:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2022-01-18T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-31692",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Glasgpw",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Iain McLean",
                "email": "Iain.McLean118@mod.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://modgovuk",
                "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": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-31693",
            "name": "Defence Commercial Head Office",
            "identifier": {
                "legalName": "Defence Commercial Head Office"
            },
            "address": {
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-11787",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Glasgow",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Iain.McLean118@mod.gov.uk",
                "name": "Iain McLean",
                "url": "https://www.contracts.mod.uk/esop/toolkit/notice/edit.do?noticeId=1032257&viewPage=1#fh"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-38380",
            "name": "Head Office Commercial",
            "identifier": {
                "legalName": "Head Office Commercial"
            },
            "address": {
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-50668",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Kentigern House, 65 Brown Street",
                "locality": "Glasgow",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Iain.McLean118@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://modgovuk.sharepoint.com/sites/intranet",
                "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": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-50669",
            "name": "Ernst & Young LLP",
            "identifier": {
                "legalName": "Ernst & Young LLP",
                "id": "1 More London Place"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-50670",
            "name": "Ministry of Defenec",
            "identifier": {
                "legalName": "Ministry of Defenec"
            },
            "address": {
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-50668",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "awards": [
        {
            "id": "010412-2022-702630456-1",
            "relatedLots": [
                "1"
            ],
            "title": "Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50669",
                    "name": "Ernst & Young LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010412-2022-702630456-1",
            "awardID": "010412-2022-702630456-1",
            "title": "Support to the Armed Forces Reward and Incentivisation Scheme (AFRIR)",
            "status": "active",
            "value": {
                "amount": 3000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}