Notice Information
Notice Title
Performance Tools and Enablers Project
Notice Description
The Financial Ombudsman Service recently launched productivity and workflow solutions to part of its workforce. These solutions were successfully delivered by Advantiq Solutions Limited via a project awarded through an existing Framework Agreement. The project included a significant discovery and process improvement phase prior to development. The Financial Ombudsman Service is now entering into contractual arrangements with Advantiq Solutions Limited to further develop these solutions. The contract will be for a term of 12 months. The contract is to develop and enhance a workflow management solution and a performance management tool using the Microsoft Power Platform.
Lot Information
Lot 1
The supplier will provide enhancements to the existing workflow solution to capture skills and activities as well as a dashboard to display performance. The services to be delivered are: 1. A Power App to capture activities completed by the Financial Ombudsman Service employees. 2. A Power BI Dashboard to display a summary of employee activity. 3. A Power App to capture individual Financial Ombudsman Service employee skills. 4. A Virtual Agent and Power Automate flow to allocate work to employees. 5. A Power BI Dashboard to display a summary of skills and automatically allocate work to employees. 6. Enhancements to the existing Investigator auto-allocation solution. 7. Thought leadership to drive connectivity and synergies across the COO, Transformation and IT teams. The works consist of the repetition of similar services delivered under a previous contract that concluded in the last year, and the works and services are in conformity with a basic project for which the original contract was awarded following a competitive procedure.
Procurement Information
We are awarding a contract via a VEAT notice to widen the scope of these solutions and leverage the knowledge gained from the discovery and process improvement phase to our current supplier, Advantiq, without prior publication on the government's Contract Finder website because: 1) Specialised Expertise: Advantiq possesses unique knowledge crucial for the project, which cannot be easily found in the market. This includes expertise of processes integral to the Service's operations and how specific technology can add value. 2) Cost Efficiency: It is economically advantageous to continue with Advantiq due to the whole life cost considerations, including the costs of transitioning to a new supplier, training, and system integration, outweighing the benefits of switching. 3) Risk Mitigation: The direct award to Advantiq significantly reduces the risk associated with project delivery. Given its intimate familiarity with our IT estate and the critical nature of the systems involved, engaging Advantiq directly ensures continuity, reduces the learning curve, and mitigates the risk of delays or project failure. 4) Innovation Partnership: The Service seeks to establish an innovation partnership where Advantiqs's research and development capabilities are crucial for co-developing a new and innovative solutions that cannot be met by existing market solutions. 5) Continuity of Service: Awarding to Advantiq is necessary to ensure continuity of a critical service, where changing suppliers could lead to unacceptable risks or service gaps. 6) Compatibility and Integration: The project requires compatibility with existing systems or services that only Advantiq can provide effectively, ensuring seamless integration without the risk of operational disruptions. 7) Time-Sensitive Project Delivery: The solutions serve as foundational capability for follow on projects. The urgency of the project timelines necessitates a partner who can mobilise quickly and efficiently. Advantiq's existing knowledge and experience with the Service enable us to commence work immediately, ensuring that critical deadlines are met without compromising on quality or strategic objectives. 8) The protection of exclusive intellectual property rights. In addition the whole life cost of moving to a new supplier will be higher because: * There was a significant ramp-up phase during the original project to integrate internal and external teams and transfer knowledge of the Financial Ombudsman Service's process and extensive products. As such we'd to need to invest in additional time and resource to get a new supplier up to speed. * Moving to a new supplier / solution may cause outage of the existing solution. As the solution underpins the Financial Ombudsman Service's performance management framework this leads to significant risks. * Not leveraging the knowledge and investment made in the original solution would not provide value for money for our customers Given the current work already delivered by Advantiq, achieving better value for money via a competition process is not considered economically viable.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044add
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009050-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- 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
- SME
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
72200000 - Software programming and consultancy services
72300000 - Data services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,500,000 £1M-£10M
Notice Dates
- Publication Date
- 20 Mar 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 21 Feb 20242 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FINANCIAL OMBUDSMAN SERVICE
- Contact Name
- Troy Martin
- Contact Email
- procurement.enquiries@financial-ombudsman.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- E14 9SR
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- TLI42 Tower Hamlets
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Canary Wharf
- Westminster Constituency
- Poplar and Limehouse
Further Information
Notice URLs
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-044add-2024-03-20T15:00:18Z",
"date": "2024-03-20T15:00:18Z",
"ocid": "ocds-h6vhtk-044add",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-044add",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Performance Tools and Enablers Project",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Financial Ombudsman Service recently launched productivity and workflow solutions to part of its workforce. These solutions were successfully delivered by Advantiq Solutions Limited via a project awarded through an existing Framework Agreement. The project included a significant discovery and process improvement phase prior to development. The Financial Ombudsman Service is now entering into contractual arrangements with Advantiq Solutions Limited to further develop these solutions. The contract will be for a term of 12 months. The contract is to develop and enhance a workflow management solution and a performance management tool using the Microsoft Power Platform.",
"lots": [
{
"id": "1",
"description": "The supplier will provide enhancements to the existing workflow solution to capture skills and activities as well as a dashboard to display performance. The services to be delivered are: 1. A Power App to capture activities completed by the Financial Ombudsman Service employees. 2. A Power BI Dashboard to display a summary of employee activity. 3. A Power App to capture individual Financial Ombudsman Service employee skills. 4. A Virtual Agent and Power Automate flow to allocate work to employees. 5. A Power BI Dashboard to display a summary of skills and automatically allocate work to employees. 6. Enhancements to the existing Investigator auto-allocation solution. 7. Thought leadership to drive connectivity and synergies across the COO, Transformation and IT teams. The works consist of the repetition of similar services delivered under a previous contract that concluded in the last year, and the works and services are in conformity with a basic project for which the original contract was awarded following a competitive procedure.",
"awardCriteria": {
"criteria": [
{
"name": "quality",
"type": "cost",
"description": "100"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
}
],
"deliveryAddresses": [
{
"region": "UKI42"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"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": "We are awarding a contract via a VEAT notice to widen the scope of these solutions and leverage the knowledge gained from the discovery and process improvement phase to our current supplier, Advantiq, without prior publication on the government's Contract Finder website because: 1) Specialised Expertise: Advantiq possesses unique knowledge crucial for the project, which cannot be easily found in the market. This includes expertise of processes integral to the Service's operations and how specific technology can add value. 2) Cost Efficiency: It is economically advantageous to continue with Advantiq due to the whole life cost considerations, including the costs of transitioning to a new supplier, training, and system integration, outweighing the benefits of switching. 3) Risk Mitigation: The direct award to Advantiq significantly reduces the risk associated with project delivery. Given its intimate familiarity with our IT estate and the critical nature of the systems involved, engaging Advantiq directly ensures continuity, reduces the learning curve, and mitigates the risk of delays or project failure. 4) Innovation Partnership: The Service seeks to establish an innovation partnership where Advantiqs's research and development capabilities are crucial for co-developing a new and innovative solutions that cannot be met by existing market solutions. 5) Continuity of Service: Awarding to Advantiq is necessary to ensure continuity of a critical service, where changing suppliers could lead to unacceptable risks or service gaps. 6) Compatibility and Integration: The project requires compatibility with existing systems or services that only Advantiq can provide effectively, ensuring seamless integration without the risk of operational disruptions. 7) Time-Sensitive Project Delivery: The solutions serve as foundational capability for follow on projects. The urgency of the project timelines necessitates a partner who can mobilise quickly and efficiently. Advantiq's existing knowledge and experience with the Service enable us to commence work immediately, ensuring that critical deadlines are met without compromising on quality or strategic objectives. 8) The protection of exclusive intellectual property rights. In addition the whole life cost of moving to a new supplier will be higher because: * There was a significant ramp-up phase during the original project to integrate internal and external teams and transfer knowledge of the Financial Ombudsman Service's process and extensive products. As such we'd to need to invest in additional time and resource to get a new supplier up to speed. * Moving to a new supplier / solution may cause outage of the existing solution. As the solution underpins the Financial Ombudsman Service's performance management framework this leads to significant risks. * Not leveraging the knowledge and investment made in the original solution would not provide value for money for our customers Given the current work already delivered by Advantiq, achieving better value for money via a competition process is not considered economically viable."
},
"awards": [
{
"id": "009050-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-108530",
"name": "Advantiq Solutions Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-21382",
"name": "Financial Ombudsman Service",
"identifier": {
"legalName": "Financial Ombudsman Service"
},
"address": {
"streetAddress": "Exchange Tower, Harbour Exchange Square,",
"locality": "London",
"region": "UKI42",
"postalCode": "E14 9SR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Troy Martin",
"email": "procurement.enquiries@financial-ombudsman.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.financial-ombudsman.org.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "04",
"description": "Economic affairs"
}
]
}
},
{
"id": "GB-FTS-108530",
"name": "Advantiq Solutions Limited",
"identifier": {
"legalName": "Advantiq Solutions Limited"
},
"address": {
"locality": "London",
"region": "UKI31",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-3518",
"name": "Financial Conduct Authority",
"identifier": {
"legalName": "Financial Conduct Authority"
},
"address": {
"streetAddress": "12 Endeavour Square",
"locality": "London",
"postalCode": "E20 1JN",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-21382",
"name": "Financial Ombudsman Service"
},
"contracts": [
{
"id": "009050-2024-1",
"awardID": "009050-2024-1",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2024-02-21T00:00:00Z"
}
],
"language": "en"
}