Department of Finance – CGTP - Business Transformation Partner (BTP)

A Contract Award Notice
by DEPARTMENT OF FINANCE

Source
Find a Tender
Type
Contract (Services)
Duration
6 year (est.)
Value
£10M
Sector
TECHNOLOGY
Published
01 Nov 2021
Delivery
To 01 Oct 2027 (est.)
Deadline
n/a

Concepts

Location

BELFAST

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

The Central Government Transformation Programme (CGTP) within the Department of Finance (DoF) is focused on transforming the future delivery of Finance, HR and Payroll end-to-end services for all existing Central Government customers in Northern Ireland. CGTP has a requirement to appoint a Business Transformation Partner (BTP) to provide advice and support in the delivery of the programme. The Programme needs an external partner who has experience and insights from successfully delivering programmes of a similar scale and complexity as CGTP. The BTP will be working in partnership with the CGTP to define the integrated TOM, including business outcomes, process definitions, organisation and service design/impacts and to advise on the transformation approach and change management, and will support in the Tech-Enablement phase once the technology solution has been selected. The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. Further details on the services required are provided in the Specification Schedule.

Award Detail

1 Ernst Young (Belfast)
  • Contract
  • Reference: 1
  • Num offers: 3
  • Value: £10,000,000

Renewal Options

The initial contract period will be for 6 years with the option to extend for a further period of up to 1 year. As indicated in the contract notice 2021/S 000-021099 the potential value of spend under this contract is estimated to be in the range of £7.8 million to £10 million GBP exclusive of VAT. Given the nature of the Programme and the length of the assignment, the Contractor should be aware that there may be changes that could potentially impact on the requirements of this assignment and the provision of Additional Services as covered by the Common Procurement Vocabulary CPV codes as noted in the Contract Notice for this Competition that may be requested. This includes but is not limited to:- • Changes in Legislation/policy affecting Programme scope;• Changes in Technology; and • Changes in timescale due to external factors e.g. COVID. There is no guarantee of the volume of work required during the lifetime of the contract and funding for any Additional Services are subject to further approvals.

Award Criteria

Qualitative Criteria as per tender documents 65.0
Quantitative Criteria as per tender documents 35.0

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212211 - Platform interconnectivity software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212400 - Business transaction and personal business software development services
  • 72212451 - Enterprise resource planning software development services
  • 72212482 - Business intelligence software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72222300 - Information technology services
  • 72500000 - Computer-related services
  • 72266000 - Software consultancy services
  • 79631000 - Personnel and payroll services
  • 79211110 - Payroll management services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79990000 - Miscellaneous business-related services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services

Indicators

  • Options are available.
  • Award on basis of price and quality.

Other Information

The Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see https://. www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-manag...). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be grounds for termination of the contract at the Contractors expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of multiple Notice of Written Warning or Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy. The value of spend under this contract is estimated to be in the range. of £7.8-£10 million. There is no guarantee of the volume of work required during the lifetime of the contract. Given the nature of the. Programme and the length of the assignment, the Contractor should be aware that there may be changes that could potentially impact. on the requirements of this assignment and the provision of Additional Services as covered by the Common Procurement Vocabulary. (CPV) codes as noted in the Contract Notice for this Competition that may be requested. This includes but is not limited to:- • Changes in Legislation/policy affecting Programme scope; • Changes in Technology; and • Changes in timescale due to external factors e.g. COVID. Please note that throughout the lifetime of the Programme the CGTP branding and associated marketing may be subject to change. Any re-branding will continue to focus on transforming the future delivery of Finance and HR & Payroll end-to-end services for all existing Central Government customers in NI.

Reference

Domains