Award

Hardship and Cost of Living Data Processing and Provision

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Award

17 Oct 2022 at 08:23

Summary of the contracting process

The Foreign Commonwealth and Development Office has awarded a contract for the provision of 'Hardship and Cost of Living Data Processing and Provision' services. This procurement falls under the 'services' category in the data-processing services industry. The procurement method used was an 'Award procedure without prior publication of a call for competition'. The contract value is 0.1 GBP, with the contract signed on 31st August 2022. The contracting authority justified the award under Regulation 72 of PCR 2015 due to technical reasons and alignment requirements with existing systems.

This contract presents an opportunity for businesses in the data-processing services sector, particularly those experienced in data preparation and collection. Companies with expertise in delivering complex data solutions within the UK would be well-suited for this tender. The contract with the Foreign Commonwealth and Development Office aims to calculate Cost of Living Allowances and Hardship Allowances for overseas staff, providing a unique opportunity for businesses adept at managing such specialised data processing requirements.

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

Notice Title

Hardship and Cost of Living Data Processing and Provision

Notice Description

The data gathered in this exercise is used to calculate Cost of Living Allowances (COLA) and forms part of the calculation for the Hardship Allowance that the FCDO provides to its staff serving overseas.

Lot Information

Lot 1

The data gathered in this exercise is used to calculate Cost of Living Allowances (COLA) and forms part of the calculation for the Hardship Allowance that the FCDO provides to its staff serving overseas. Additional information: The value of the contract extension is below OJEU threshold.

Procurement Information

PCR 2015 Regulation 72 allows the contracting authority to modify contracts where the relevant criteria are met, and we meet the following criteria for Regulation 72(1) (b) to apply: * a change of contractor cannot be made for technical reasons, specifically the requirement of interoperability with existing equipment and services; This is critical during a time of transition as the contracting authority works to align FCDO staff terms and conditions and merge two, distinct finance and HR systems and payrolls into one, necessitating several phased changes in the format of data required. This transition requires the current supplier to amend their prior work, specifically two existing sets of data, in order to deliver the required interim solution - this currently represents several months of close working by the FCDO and the supplier. Furthermore, the FCDO has an established methodology for calculating allowances which takes account of a myriad of factors, such as the routine provision of accommodation overseas, and makes our requirements unique compared to other organisations using this type of data. * a change of contractor would cause significant inconvenience; A change in supplier would negatively impact the alignment timetable and push delivery of a single set of allowances further to the right as any new supplier would need to develop three sets of data from a standing start in order to meet FCDO requirements. Additionally, the supplier is already familiar with FCDO policies and methodologies whilst being accustomed to making changes at pace when circumstances dictate. It is this flexibility and responsiveness which makes the supplier pivotal in our plans to modernise the FCDO's overseas allowances offer, whilst giving us the option of extending these beyond the organisation as and when required. * and the increase in price does not exceed 50% of the value of the original contract. The value of the contract extension is below OJEU threshold and does not exceed 50% of the value of the original contract. Separately, the original contract did signal the intention for provision for a time extension, albeit this did not set out the scope and nature of a possible extension.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037621
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029106-2022
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

72310000 - Data-processing services

72312100 - Data preparation services

72314000 - Data collection and collation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Oct 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Aug 20223 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
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
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
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

ECA INTERNATIONAL

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-037621-2022-10-17T09:23:55+01:00",
    "date": "2022-10-17T09:23:55+01:00",
    "ocid": "ocds-h6vhtk-037621",
    "description": "The value of the contract extension is below OJEU threshold.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-037621",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Hardship and Cost of Living Data Processing and Provision",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72310000",
            "description": "Data-processing services"
        },
        "mainProcurementCategory": "services",
        "description": "The data gathered in this exercise is used to calculate Cost of Living Allowances (COLA) and forms part of the calculation for the Hardship Allowance that the FCDO provides to its staff serving overseas.",
        "lots": [
            {
                "id": "1",
                "description": "The data gathered in this exercise is used to calculate Cost of Living Allowances (COLA) and forms part of the calculation for the Hardship Allowance that the FCDO provides to its staff serving overseas. Additional information: The value of the contract extension is below OJEU threshold.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "TECHNICAL",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72312100",
                        "description": "Data preparation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72314000",
                        "description": "Data collection and collation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UNITED KINGDOM"
                },
                "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": "PCR 2015 Regulation 72 allows the contracting authority to modify contracts where the relevant criteria are met, and we meet the following criteria for Regulation 72(1) (b) to apply: * a change of contractor cannot be made for technical reasons, specifically the requirement of interoperability with existing equipment and services; This is critical during a time of transition as the contracting authority works to align FCDO staff terms and conditions and merge two, distinct finance and HR systems and payrolls into one, necessitating several phased changes in the format of data required. This transition requires the current supplier to amend their prior work, specifically two existing sets of data, in order to deliver the required interim solution - this currently represents several months of close working by the FCDO and the supplier. Furthermore, the FCDO has an established methodology for calculating allowances which takes account of a myriad of factors, such as the routine provision of accommodation overseas, and makes our requirements unique compared to other organisations using this type of data. * a change of contractor would cause significant inconvenience; A change in supplier would negatively impact the alignment timetable and push delivery of a single set of allowances further to the right as any new supplier would need to develop three sets of data from a standing start in order to meet FCDO requirements. Additionally, the supplier is already familiar with FCDO policies and methodologies whilst being accustomed to making changes at pace when circumstances dictate. It is this flexibility and responsiveness which makes the supplier pivotal in our plans to modernise the FCDO's overseas allowances offer, whilst giving us the option of extending these beyond the organisation as and when required. * and the increase in price does not exceed 50% of the value of the original contract. The value of the contract extension is below OJEU threshold and does not exceed 50% of the value of the original contract. Separately, the original contract did signal the intention for provision for a time extension, albeit this did not set out the scope and nature of a possible extension."
    },
    "awards": [
        {
            "id": "029106-2022-CPG/3085/2018-1",
            "relatedLots": [
                "1"
            ],
            "title": "Hardship and Cost of Living Data Processing and Provision",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-66061",
                    "name": "ECA INTERNATIONAL"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-131",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A 2AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02070081467",
                "email": "cpg.enquiries@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "buyerProfile": "https://fcdo.bravosolution.co.uk/web/login.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-66061",
            "name": "ECA INTERNATIONAL",
            "identifier": {
                "legalName": "ECA INTERNATIONAL"
            },
            "address": {
                "streetAddress": "New Brook Buildings, 16 Great Queen Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC2B 5DG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-66062",
            "name": "FOREIGN COMMONWELTH AND DEVELOPMENT OFFICE",
            "identifier": {
                "legalName": "FOREIGN COMMONWELTH AND DEVELOPMENT OFFICE"
            },
            "address": {
                "streetAddress": "KING CHARLES STREET",
                "locality": "LONDON",
                "postalCode": "SW1A 2AH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-131",
        "name": "Foreign Commonwealth and Development Office"
    },
    "contracts": [
        {
            "id": "029106-2022-CPG/3085/2018-1",
            "awardID": "029106-2022-CPG/3085/2018-1",
            "title": "Hardship and Cost of Living Data Processing and Provision",
            "status": "active",
            "value": {
                "amount": 0.1,
                "currency": "GBP"
            },
            "dateSigned": "2022-08-31T00:00:00+01:00"
        }
    ],
    "language": "en"
}