Stotles logo
Closed

FTS Contract Notice: Matrix Programme - Technology (including ERP) & Systems Integration Services Procurement (Jaggaer Project: prj_1484)

Published

Description

In March 2021, Government Business Services launched the 'Shared Services Strategy for Government'. This strategy created the concept of five clusters of departments, each cluster sharing a common set of process, common cloud-based ERP and ancillary systems and a single shared service centre to deliver corporate services across finance, HR and payroll. The Matrix Programme (formerly the 'policy' cluster) brings together nine departments. These nine departments comprise an amalgamation of those who have already moved to cloud or are yet to move to a cloud-based solution; these are: Non-Cloud Users • Cabinet Office (CO) • Department for Science, Innovation and Technology (DSIT) • Department for Energy, Security and Net Zero (DESNZ) • Department for Culture, Media and Sport (DCMS) • Department for Business and Trade (DBT) Cloud Users • Attorney General's Office (AGO) • Department for Education (DfE) • Department of Health and Social Care (DHSC) • HM Treasury (HMT) In addition, a limited number of Arm's Length Bodies (ALBs) will form part of the initial Programme activities. These are: • UK Space Agency (UKSA) • Insolvency Service (INSS) • Government Property Agency (GPA) • Civil Service Commission (CSC) • Social Mobility Commission (SMC) • Committee on Standards in Public Life (CSPL) • Security Vetting Appeals Panel (SVAP) • Senior Salaries Review Body (SSRB) • House of Lords Appointment Commission (HOLAC) • Building Digital UK (BDUK) • Trade Remedies authority (TRA) • Committee on Climate Change (CCC) • Government Internal Audit Agency (GIAA) • National Infrastructure Commission (NIC) • UK Debt Management Office (UK DMO) • Office for Budget Responsibility (OBR) • UK Government Investments (UKGI) • Standards and Testing Agency (STA) • Education and Skills Funding Agency (ESFA) • Teaching Regulation Agency (TRA) In alignment with published Shared Services Strategy there's potential for additional ALBs to onboard, however each will be assessed on a individual basis, subject to government principles around the management of public money and HM Treasury green book guidance. The Matrix Programme, with DSIT acting as the lead contracting authority, will design, develop, and procure the new technologies and capabilities that are required to help modernise their 'back-office' systems. It will deliver a high quality, and good value, system and support service to help streamline transactions and activities that underpin the way departments are run. In delivering against the objectives of the Shared Services strategy, the Programme will act as a key enabler for change within the Corporate Service landscape, replacing end-of-life technology and overcoming challenges of existing arrangements within each department to deliver substantial cashable and non-cashable benefits for the cluster. The new shared service will focus on convergence across data, policies and processes, enabled by a scalable system, increasing interoperability across government, with the procurement bringing together up to (potentially but not guaranteed): • 48k users based across the UK • 15 instances of 9 different software solutions across the nine departments • 10 service providers, varying in maturity, service provision and position. The Authority is seeking to procure a combined single instance SaaS Solution along with a Systems Integrator, on behalf of the departments within the Matrix Programme, to ensure the delivery of high quality, VfM (Value for Money), shared HR (Human Resources), Finance services and Payroll which meet the needs of service users. In order to meet the objectives of the Shared Services Strategy, outcomes and user needs of the Departments within the Matrix Programme, the Programme is seeking to purchase a Cloud based service leveraging the capabilities offered by a Software-as-a-Service (SaaS) ERP platform and associated technologies, and the necessary configuration, integration and business change / transformation. Lot 1: The Authority intends to launch a single "bundled procurement" for a SaaS Solution along with a Systems Integrator (SI). By "bundled procurement" the Authority means that the SaaS Solution and Systems Implementation solution are developed to work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrates they are a compatible supplier partnership. The Authority recognises the disparity in the number of SaaS Suppliers in the market and that Systems Integrators (SI) can often offer more than one SaaS solution i.e. there are multiple possible pairings that may ultimately offer the "most economically advantageous tender". Therefore, the Authority is enabling all Suppliers to form different bid teams (see definition of “Consortium” in the procurement documents) and submit up to THREE unique SQ Responses / Bids each (should they wish to do so, this is not obligatory, a single supplier could also bid for both service elements). Bid teams may also propose different contracting models for their Consortium e.g a Systems Integrator as “prime” with SaaS “sub” model or where both SaaS Vendor and Systems Integrator each contract directly with the Authority. See the Procurement Documents for more information on this and other selection restrictions. The Authority is conducting this Procurement using the Competitive Procedure with Negotiation in accordance with the requirements of Regulation 29 of the PCR Regulations 2015. Suppliers should familiarise themselves with this Regulation. The stages of the CPN procurement which will be applied within this procurement can be seen below; Stage 1 - Standard Selection Questionnaire (SQ) - Suppliers will complete the SQ within the eSourcing Portal (Jaggaer - please note. IMPORTANT instructions around registering to this opportunity if you intend to submit >1 bid, can be found at the end of this notice). Suppliers shall be shortlisted to a maximum of the five highest scoring Suppliers (unique bid teams) progressing to Stage 2 following the evaluation and conclusion of Stage 1. Please note that this procurement shall permit Suppliers to participate in up to three "bundled" SQ Responses. Please refer to the SQ Instructions, once available for more information. However, the maximum number of bids from any single SaaS Vendor or Systems Integrator which can be progressed to Stage 2, is TWO. The mechanism which shall be used to apply this restriction and to identify the five successful Suppliers invited to submit Initial Tenders is described in the SQ Instructions. Stage 2 - Invitation to Submit Initial Tender (ITSIT) - A maximum of 5 Suppliers (unique bids) successful at Stage 1 will be invited to respond to the ITSIT documentation. The Initial Tenders shall be evaluated and the Authority may choose to negotiate with all five Suppliers (unique bids) or may reduce this to as few as three to negotiate with (further detail is provided within the Procurement Documents). Please note that the Authority also reserves the right to award the contracts to the highest ranked Initial Tender submitted under this Procurement Process (but is not obliged to do so). Stage 3 - Negotiations and Invitation to Submit Final Tenders (ITSFT) - Further details on the negotiation stage will be set out in the ITSIT. Note, not all elements of the Draft Contracts or Specification shall be in-scope of negotiation. Final Tenders shall be requested and submitted by Suppliers at the end of the negotiation phase. Stage 4 - (Contract Award) - The Final Tenders shall be evaluated in accordance with the Evaluation Criteria as set out in the ITSFT and, subject to all Authority approvals being obtained, the Authority shall identify the highest scoring Final Tender and notify all Tenderers of the outcome of the Procurement. Additional information: Timelines: Indicative Procurement Timelines are set out within the SQ Guidance, please note the dates will be subject to change. Contract Structure: Please see Procurement Documents for more information on the form of draft contract/s to be procured.

Timeline

Publish date

a year ago

Close date

9 months ago

Buyer information

Explore contracts and tenders relating to Department for Business Energy and Industrial Strategy (BEIS)

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Department for Business Energy and Industrial Strategy (BEIS)

Explore more open tenders, recent contract awards and upcoming contract expiries published by Department for Business Energy and Industrial Strategy (BEIS).

Explore more suppliers to Department for Business Energy and Industrial Strategy (BEIS)

Sign up