Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Future Administration of the Civil Service Pension Scheme

  • Cyhoeddwyd gyntaf: 22 Rhagfyr 2018
  • Wedi'i addasu ddiwethaf: 22 Rhagfyr 2018

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
The Cabinet Office
ID Awudurdod:
AA26341
Dyddiad cyhoeddi:
22 Rhagfyr 2018
Dyddiad Cau:
25 Ionawr 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Authority requires the provision of administration services for the CSPS, which includes the Principal Civil Service Pension Scheme, the Civil Service and Others Pension Scheme, the Civil Service Compensation Scheme and the Civil Service Injury Benefits Schemes. The CSPS has approximately 475 000 active members, 360 000 deferred members and 662 000 pensioners. The pension administration services required include the following:

— accounting services,

— administration services.

— employer services including:

—— the collection of data,

—— communications, including digital,

—— the provision of a portal,

— maintenance of a comprehensive single data base of members records which complies with relevant legislation and regulatory requirements,

— member services, including:

—— the provision of self service capability,

—— the accurate and timely calculation of pension awards,

—— member communications (including digital communications, managing and operating a helpline, issuing benefits statements, annual pension increase letters, printing services and scheme leaflets),

— pension payroll services (bulk and individual payroll services),

— and reporting, including management information and provision of information to regulators and other bodies as needed.

The tender documents will include more information on these requirements.

Potential bidders' suitability to participate will be assessed using the Selection questionnaire (SQ).

Following the initial evaluation, shortlisted potential bidders will be issued an Invitation To Tender (ITT), and invited to provide a tender outlining their proposed solution. Tenders will undergo evaluation and the Authority anticipates that no more than the top 6 bidders will be invited to attend a face to face session with the Authority. Once all bidders have attended their session, the Authority will issue a formal Invitation to Participate in Dialogue (ITPD). Bidders will be required to submit a formal response to the ITPD. The Authority will evaluate the ITPD, and down-select to those bidders it wishes to take in to Competitive Dialogue stage. The Authority anticipates that no more than 3 bidders will participate in the Competitive Dialogue stage.

During the Competitive Dialogue stage, the Authority will reserve the right to down-select bidders that fail to meet the award criteria. At the end of the Competitive Dialogue stage all remaining bidders will be invited to present a subsequent tender. Following the Authority’s evaluation of such subsequent tender a preferred bidder will be selected. The Authority will then endeavour to finalise a contract with the preferred bidder. The Authority reserves the right to appoint a reserve tender during the preferred bidder stage with whom the Authority will endeavour to finalise a contract if the preferred bidder cannot stand up to their subsequent tender.

The Authority reserves the right to invite additional potential bidders to tender in certain circumstances, for example if a shortlisted potential bidder withdraws from the procurement process.

The award criteria will be on the sole basis of the most economically advantageous tender in terms of the tender representing the best price-quality ratio. The Authority envisages that the price-quality ratio will be approximately 30 (price) and 70 (quality) at initial tender stages and 45 (price) 55 (quality) at future down select and final evaluation stages as may be updated during the stages of the procurement process. It is envisaged that quality will encompass contractual compliance and appropriate technical solution and compliance with the technical requirements.

Any contract or agreement resulting from the procurement process will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Authority does not bind itse

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Cabinet Office (referred to as “the Authority”)

1 Horse Guards Road

London

SW1A 2HQ

UK

Ffôn: +44 2072761234

E-bost: csps.futureservice@cabinetoffice.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/cabinetoffice

Cyfeiriad proffil y prynwr: https://www.crowncommercialservice.bravosolution.co.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.crowncommercialservice.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.crowncommercialservice.bravosolution.co.uk


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Future Administration of the Civil Service Pension Scheme

Cyfeirnod: RM6117

II.1.2) Prif god CPV

75320000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Procurement for provision of pension administration services for the Civil Service Pension Scheme (“CSPS”). This scheme is managed by the Authority. The current contract expires on 31.12.2021.

The Authority’s aim is to transform the CSPS into the best administered, best managed and best value public sector pension scheme in the United Kingdom.

The Authority is therefore looking for proposals to respond to this significant pension administration services opportunity. This procurement is solely for the administration services of the CSPS and associated schemes as referred to in para II.2.4 below.

The successful supplier will be expected to work with the Authority in its role as scheme manager, as well as with all current and potential employers (of whom there are currently around 350) covered by the scheme. The successful supplier will deliver a transformed service to the 1 500 000 CSPS members. The CSPS is currently the 3rd largest public sector pension scheme in the UK.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 235 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

66520000

66523100

II.2.3) Man cyflawni

Cod NUTS:

UKI


Prif safle neu fan cyflawni:

The Cabinet Office, 1 Horse Guards Road, SW1A 2HQ London.

II.2.4) Disgrifiad o’r caffaeliad

The Authority requires the provision of administration services for the CSPS, which includes the Principal Civil Service Pension Scheme, the Civil Service and Others Pension Scheme, the Civil Service Compensation Scheme and the Civil Service Injury Benefits Schemes. The CSPS has approximately 475 000 active members, 360 000 deferred members and 662 000 pensioners. The pension administration services required include the following:

— accounting services,

— administration services.

— employer services including:

—— the collection of data,

—— communications, including digital,

—— the provision of a portal,

— maintenance of a comprehensive single data base of members records which complies with relevant legislation and regulatory requirements,

— member services, including:

—— the provision of self service capability,

—— the accurate and timely calculation of pension awards,

—— member communications (including digital communications, managing and operating a helpline, issuing benefits statements, annual pension increase letters, printing services and scheme leaflets),

— pension payroll services (bulk and individual payroll services),

— and reporting, including management information and provision of information to regulators and other bodies as needed.

The tender documents will include more information on these requirements.

Potential bidders' suitability to participate will be assessed using the Selection questionnaire (SQ).

Following the initial evaluation, shortlisted potential bidders will be issued an Invitation To Tender (ITT), and invited to provide a tender outlining their proposed solution. Tenders will undergo evaluation and the Authority anticipates that no more than the top 6 bidders will be invited to attend a face to face session with the Authority. Once all bidders have attended their session, the Authority will issue a formal Invitation to Participate in Dialogue (ITPD). Bidders will be required to submit a formal response to the ITPD. The Authority will evaluate the ITPD, and down-select to those bidders it wishes to take in to Competitive Dialogue stage. The Authority anticipates that no more than 3 bidders will participate in the Competitive Dialogue stage.

During the Competitive Dialogue stage, the Authority will reserve the right to down-select bidders that fail to meet the award criteria. At the end of the Competitive Dialogue stage all remaining bidders will be invited to present a subsequent tender. Following the Authority’s evaluation of such subsequent tender a preferred bidder will be selected. The Authority will then endeavour to finalise a contract with the preferred bidder. The Authority reserves the right to appoint a reserve tender during the preferred bidder stage with whom the Authority will endeavour to finalise a contract if the preferred bidder cannot stand up to their subsequent tender.

The Authority reserves the right to invite additional potential bidders to tender in certain circumstances, for example if a shortlisted potential bidder withdraws from the procurement process.

The award criteria will be on the sole basis of the most economically advantageous tender in terms of the tender representing the best price-quality ratio. The Authority envisages that the price-quality ratio will be approximately 30 (price) and 70 (quality) at initial tender stages and 45 (price) 55 (quality) at future down select and final evaluation stages as may be updated during the stages of the procurement process. It is envisaged that quality will encompass contractual compliance and appropriate technical solution and compliance with the technical requirements.

Any contract or agreement resulting from the procurement process will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Authority does not bind itself to award any contract nor does it bind itself to accept any tender.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 235 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 144

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The estimated total value provided in Section II.1.5) is based on a transitional term of 2 years, then an initial operational term of 7 years and a possible extension option of up to 3 years.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 3

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

As set out in the tender documents.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

At the Authority's discretion, a parent company or other form of guarantee may be required. Bidders will be advised during the procurement process if necessary.

The Authority operates an enterprise resource planning (electronic trading/ordering) system and has a mandatory policy relating to use of purchase orders. The successful supplier is required to provide information to be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.

Bids may be submitted as a single legal entity. Alternatively, suppliers can take one or both of these options:

— work with other legal entities to form a consortium. If you do, we ask the consortium to choose a lead member who will submit the bid on behalf of the consortium,

— bid with named key subcontractors to deliver parts of the requirements. This applies whether you are bidding as a single legal entity or as a consortium.

Any contract awarded will be subject to the Authority's conditions of contract.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Deialog Gystadleuol

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2018/S 195-441301

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 25/01/2019

Amser lleol: 15:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 01/03/2019

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

Potential bidders should note that, in accordance with the UK Government's policies on transparency, the Authority intends to publish the Selection Questionnaire (SQ), the invitation to participate in dialogue (ITPD) document, and the text of any contract awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed contract will also permit a public sector contracting authority to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.

The Authority shall not be liable for any costs incurred by those potential bidders tendering for this contract. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential bidders.

The Authority reserves the right not to award any contract as a result of the procurement process commenced by publication of this notice and to make whatever changes it may see fit to the content and structure of the tendering competition.

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link "I am a new supplier user";

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the SQ, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via "User Management" > "Manage Users" > "Users" > "Create".

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link “PQQs Open to All Suppliers”;

3) On the "PQQs Open to All Suppliers" webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on Express Interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 0800 069 8630.

All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Cabinet Office

1 Horse Guards Road

London

SW1 2HQ

UK

Ffôn: +44 2072761234

E-bost: csps.futureservice@cabinetoffice.gov.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

Any appeals should be promptly brought to the attention of the Authority by emailing the named contact in Section I.1) above referencing "Pension Administrator Procurement — Civil Service Pension Scheme — For the Attention of the Procurement Manager" and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scale specified by the applicable law, including, without limitation, the Public Contract Regulations 2015. In accordance with such Regulations, the Authority will also incorporate a minimum 10 calendar day standstill period from the date information on the award of contract is communicated to bidders.

VI.5) Dyddiad anfon yr hysbysiad hwn

20/12/2018

Codio

Categorïau nwyddau

ID Teitl Prif gategori
75320000 Cynlluniau pensiwn cyflogeion y Llywodraeth Gwasanaethau nawdd cymdeithasol gorfodol
66523100 Gwasanaethau gweinyddu cronfeydd pensiwn Gwasanaethau ymgynghori ar gronfeydd pensiwn
66520000 Gwasanaethau pensiwn Gwasanaethau yswiriant a phensiwn

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
csps.futureservice@cabinetoffice.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.