Notice Information
Notice Title
Central Digital Architecture & Associated Services
Notice Description
The Pensions Dashboards Programme (PDP), set up by the Money and Pensions Service (MaPS), has responsibility for designing and implementing the ecosystem which will make pensions dashboards work. This contract will deliver the major components of the digital architecture, including the pension finder service (PFS), the consent and authorisation service, and the governance register.
Lot Information
Lot 1
The Government intends to deliver pensions dashboards through statutory provisions introduced by the Pension Schemes Act 2021, The Pensions Dashboards Regulations 2022 (as amended by The Pensions Dashboards (Amendment) Regulations 2023), the Rules of the Financial Conduct Authority and corresponding legislation for Northern Ireland. This legislation sets out the requirement for pension providers and schemes to connect to the pensions dashboards system. It also empowers the Money and Pensions Service ("MaPS"), to provide the central digital architecture which will enable the pensions dashboard system to work. The most recent amendment to the legislation, made in July 2023, replaced a phased approach for providers to connect to the dashboards system with a single statutory long-stop connection deadline of 31 October 2026 (the "Statutory Deadline"). MaPS is party to a Central Digital Architecture & Associated Services contract (the "Contract") with Capgemini UK PLC ("CG") to deliver the major components of the digital architecture, including the pension finder service (PFS), the consent and authorisation service, and the governance register, that will enable the system to operate. The Contract was procured via a call off from RM3084 - Technology Services 2. It was commenced on 3 September 2021 and is due to expire on 2 September 2026 (60 months). The contract as awarded contains two optional extension periods of 1 year each (that is, from 3 September 2026 to 2 September 2027 and from 3 September 2027 to 2 September 2028).
Options: 2 x 12 month contract extensions available.
Procurement Information
This contract was awarded as a call off via a mini-competition from Crown Commercial Service framework RM3084 (Technology Services 2). Therefore awarding without a public call for competition is compliant with the Public Contract Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050be4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018622-2025
- 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
72200000 - Software programming and consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £128,959,942 £100M-£1B
Notice Dates
- Publication Date
- 2 May 20259 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Aug 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
- MONEY AND PENSIONS SERVICE
- Contact Name
- Not specified
- Contact Email
- commercial@maps.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BEDFORD
- Postcode
- MK42 9AB
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH24 Bedford
- Delivery Location
- Not specified
-
- Local Authority
- Bedford
- Electoral Ward
- Cauldwell
- Westminster Constituency
- Bedford
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-050be4-2025-05-02T08:12:58+01:00",
"date": "2025-05-02T08:12:58+01:00",
"ocid": "ocds-h6vhtk-050be4",
"initiationType": "tender",
"tender": {
"id": "21-38C",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Central Digital Architecture & Associated Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
"mainProcurementCategory": "services",
"description": "The Pensions Dashboards Programme (PDP), set up by the Money and Pensions Service (MaPS), has responsibility for designing and implementing the ecosystem which will make pensions dashboards work. This contract will deliver the major components of the digital architecture, including the pension finder service (PFS), the consent and authorisation service, and the governance register.",
"lots": [
{
"id": "1",
"description": "The Government intends to deliver pensions dashboards through statutory provisions introduced by the Pension Schemes Act 2021, The Pensions Dashboards Regulations 2022 (as amended by The Pensions Dashboards (Amendment) Regulations 2023), the Rules of the Financial Conduct Authority and corresponding legislation for Northern Ireland. This legislation sets out the requirement for pension providers and schemes to connect to the pensions dashboards system. It also empowers the Money and Pensions Service (\"MaPS\"), to provide the central digital architecture which will enable the pensions dashboard system to work. The most recent amendment to the legislation, made in July 2023, replaced a phased approach for providers to connect to the dashboards system with a single statutory long-stop connection deadline of 31 October 2026 (the \"Statutory Deadline\"). MaPS is party to a Central Digital Architecture & Associated Services contract (the \"Contract\") with Capgemini UK PLC (\"CG\") to deliver the major components of the digital architecture, including the pension finder service (PFS), the consent and authorisation service, and the governance register, that will enable the system to operate. The Contract was procured via a call off from RM3084 - Technology Services 2. It was commenced on 3 September 2021 and is due to expire on 2 September 2026 (60 months). The contract as awarded contains two optional extension periods of 1 year each (that is, from 3 September 2026 to 2 September 2027 and from 3 September 2027 to 2 September 2028).",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": true,
"options": {
"description": "2 x 12 month contract extensions available."
},
"status": "cancelled",
"contractPeriod": {
"durationInDays": 2520
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"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": "This contract was awarded as a call off via a mini-competition from Crown Commercial Service framework RM3084 (Technology Services 2). Therefore awarding without a public call for competition is compliant with the Public Contract Regulations 2015."
},
"awards": [
{
"id": "018619-2025-21-38C-1",
"relatedLots": [
"1"
],
"title": "Central Digital Architecture & Associated Services",
"status": "active",
"suppliers": [
{
"id": "GB-COH-00943935",
"name": "CAPGEMINI UK PLC"
}
]
},
{
"id": "018622-2025-21-38C-1",
"relatedLots": [
"1"
],
"title": "Central Digital Architecture & Associated Services",
"status": "active",
"suppliers": [
{
"id": "GB-COH-00943935",
"name": "CAPGEMINI UK PLC"
}
]
}
],
"parties": [
{
"id": "GB-FTS-146197",
"name": "MONEY AND PENSIONS SERVICE",
"identifier": {
"legalName": "MONEY AND PENSIONS SERVICE",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Money & Pensions Service Borough Hall",
"locality": "Bedford",
"region": "UKH24",
"postalCode": "MK429AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "commercial@maps.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://maps.org.uk/en",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Arms-length Body sponsored by the Department for Work and Pensions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-COH-00943935",
"name": "CAPGEMINI UK PLC",
"identifier": {
"legalName": "CAPGEMINI UK PLC",
"id": "00943935",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-146197",
"name": "MONEY AND PENSIONS SERVICE"
},
"contracts": [
{
"id": "018619-2025-21-38C-1",
"awardID": "018619-2025-21-38C-1",
"title": "Central Digital Architecture & Associated Services",
"status": "active",
"value": {
"amount": 56979971,
"currency": "GBP"
},
"dateSigned": "2021-08-03T00:00:00+01:00"
},
{
"id": "018622-2025-21-38C-1",
"awardID": "018622-2025-21-38C-1",
"title": "Central Digital Architecture & Associated Services",
"status": "active",
"value": {
"amount": 71979971,
"currency": "GBP"
},
"dateSigned": "2021-08-03T00:00:00+01:00",
"period": {
"durationInDays": 2520
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "2",
"description": "Additional services are being added to the Contract, resulting in total contract value being uplifted by PS15,000,000, a percentage increase of approximately 26%.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: See VI.3) Additional information for full text."
}
]
}
],
"bids": {
"statistics": [
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en",
"description": "Explanatory text for VII.2.2.1 Reason for modification: The modification is permitted by Regulation 72(1)(b) Public Contracts Regulations 2015 (\"PCR 2015\"). Additional services have become necessary for successful project delivery that were not included in the original contract, and, for technical reasons, it is not possible to change contractor without causing significant inconvenience and substantial duplication of costs. The percentage increase in value - approximately 26% - is within the range permitted under Regulation 72(1)(b) PCR 2015. Text for VII.2.2.2 Description of reason: Additional work is required under the Contract to develop the central digital architecture to include key components required to ensure that the programme can enable pension providers and schemes to meet their statutory obligations. Namely, to connect to the dashboards system by the Statutory Deadline, having regard to the staged timetable in guidance issued by DWP, and to maintain that connection. This has resulted in new Statements of Work (\"SoW\") being awarded to Capgemini for the additional work required, charged as \"time and materials\", and an increase in value of PS15,000,000 (approximately 26%). Capgemini as the incumbent supplier is the only provider who can undertake these additional SOW under the Contract. This is due to technical reasons due to the requirements of interoperability with the existing ecosystem equipment and installations. Introducing an alternative provider for the additional services would require: * knowledge transfer and upskilling, over a relatively short timescale, of the existing technology build that they would be doing additional development work on; * a period of dual running of personnel during onboarding to enable knowledge transfer between roles; and * additional management overhead, due to managing multiple suppliers for delivery. MaPS is therefore satisfied that any change of contractor would cause significant inconvenience, delay and additional cost to the programme and would put the successful connection of pension schemes and providers by the Statutory Deadline at substantial risk."
}