Notice Information
Notice Title
CCCT/822 - Provision of a Job Evaluation Methodology Tool
Notice Description
Job Evaluation Methodology ("JEM") software tool for managing ongoing services, training, and support for job evaluation activities within the organisation; and (b) associated training on the software tool.
Lot Information
Lot 1
Job Evaluation Methodology ("JEM") software tool for managing ongoing services, training, and support for job evaluation activities within the organisation; and (b) associated training on the software tool.
Procurement Information
The HR Reward Team, part of the UK Ministry of Defence DE&S (the "Authority"), intends to enter a goods and services contract (the "Contract") with Korn Ferry Ltd to take effect on and from 30th June 2024 for a period of 3 years for (a) licenced use of a Job Evaluation Methodology ("JEM") software tool for managing ongoing services, training, and support for job evaluation activities within the organisation; and (b) associated training on the software tool. The contract has an estimated value (ex VAT) of PS170,000 (one hundred and seventy thousand pounds sterling). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 32(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is on the basis that: Korn Ferry Ltd won the public procurement competition to provide the JEM methodology in 2020 and this methodology has subsequently been embedded into Authority use. This supplier has provided an enduring JEM service, following inception in 2020 which allows the Authority to create, update and subsequently manage success profiles. Korn Ferry Ltd are therefore considered solely placed to ensure that both existing and future job roles contain the necessary elements to adopt the Job Evaluation Method. The software tool the Authority is looking to procure supports the use of that methodology as it underpins the reward framework that was implemented in 2020. As the Design Authority and OEM for the JEM methodology and its associated tools and products, including the software tool the Authority intends to procure, no other supplier could provide a reasonable alternative software tool without the knowledge and proprietary information that only Korn Ferry Ltd possess. Given this, no other supplier could provide the required training on the software tool either. If the Authority was to bring in a new supplier to procure an alternative software tool then it would have to procure, install and migrate to both a new JEM methodology and also a new software tool which would come with an unreasonable and disproportionate additional cost. It would also cause a significant interruption to service due to the additional time required which would have an unacceptable impact on Authority Human Resources ("HR") activities, especially at a time when the Authority is undergoing a re-organisation of its HR Design Model.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046c87
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016950-2024
- 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
72300000 - Data services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £170,000 £100K-£500K
Notice Dates
- Publication Date
- 30 May 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 28 May 20241 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
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- zack.marshall101@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- 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
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-046c87-2024-05-30T17:43:21+01:00",
"date": "2024-05-30T17:43:21+01:00",
"ocid": "ocds-h6vhtk-046c87",
"initiationType": "tender",
"tender": {
"id": "711580453",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CCCT/822 - Provision of a Job Evaluation Methodology Tool",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
"mainProcurementCategory": "services",
"description": "Job Evaluation Methodology (\"JEM\") software tool for managing ongoing services, training, and support for job evaluation activities within the organisation; and (b) associated training on the software tool.",
"lots": [
{
"id": "1",
"description": "Job Evaluation Methodology (\"JEM\") software tool for managing ongoing services, training, and support for job evaluation activities within the organisation; and (b) associated training on the software tool.",
"awardCriteria": {
"criteria": [
{
"name": "Cost",
"type": "cost",
"description": "100%"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"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": "The HR Reward Team, part of the UK Ministry of Defence DE&S (the \"Authority\"), intends to enter a goods and services contract (the \"Contract\") with Korn Ferry Ltd to take effect on and from 30th June 2024 for a period of 3 years for (a) licenced use of a Job Evaluation Methodology (\"JEM\") software tool for managing ongoing services, training, and support for job evaluation activities within the organisation; and (b) associated training on the software tool. The contract has an estimated value (ex VAT) of PS170,000 (one hundred and seventy thousand pounds sterling). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 32(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is on the basis that: Korn Ferry Ltd won the public procurement competition to provide the JEM methodology in 2020 and this methodology has subsequently been embedded into Authority use. This supplier has provided an enduring JEM service, following inception in 2020 which allows the Authority to create, update and subsequently manage success profiles. Korn Ferry Ltd are therefore considered solely placed to ensure that both existing and future job roles contain the necessary elements to adopt the Job Evaluation Method. The software tool the Authority is looking to procure supports the use of that methodology as it underpins the reward framework that was implemented in 2020. As the Design Authority and OEM for the JEM methodology and its associated tools and products, including the software tool the Authority intends to procure, no other supplier could provide a reasonable alternative software tool without the knowledge and proprietary information that only Korn Ferry Ltd possess. Given this, no other supplier could provide the required training on the software tool either. If the Authority was to bring in a new supplier to procure an alternative software tool then it would have to procure, install and migrate to both a new JEM methodology and also a new software tool which would come with an unreasonable and disproportionate additional cost. It would also cause a significant interruption to service due to the additional time required which would have an unacceptable impact on Authority Human Resources (\"HR\") activities, especially at a time when the Authority is undergoing a re-organisation of its HR Design Model."
},
"awards": [
{
"id": "016950-2024-711580453-1",
"relatedLots": [
"1"
],
"title": "CCCT/822 - Provision of a Job Evaluation Methodology Tool",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-48050",
"name": "Korn Ferry (UK) Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "zack.marshall101@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://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-48050",
"name": "Korn Ferry (UK) Limited",
"identifier": {
"legalName": "Korn Ferry (UK) Limited"
},
"address": {
"streetAddress": "Ryder Court, 14 Ryder Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1Y 6QB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-14343",
"name": "Defence Equipment & Support",
"identifier": {
"legalName": "Defence Equipment & Support"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "016950-2024-711580453-1",
"awardID": "016950-2024-711580453-1",
"title": "CCCT/822 - Provision of a Job Evaluation Methodology Tool",
"status": "active",
"value": {
"amount": 170000,
"currency": "GBP"
},
"dateSigned": "2024-05-29T00:00:00+01:00"
}
],
"language": "en"
}