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

Synergy Programme Delivery Partner

  • Cyhoeddwyd gyntaf: 01 Gorffennaf 2025
  • Wedi'i addasu ddiwethaf: 01 Gorffennaf 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-055118
Cyhoeddwyd gan:
Department for Work and Pensions
ID Awudurdod:
AA0925
Dyddiad cyhoeddi:
01 Gorffennaf 2025
Dyddiad Cau:
27 Mehefin 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Authority is seeking to engage the market to work with The Synergy Programme and its stakeholders to procure a new client-side Delivery Partner, to support the deployment, embedding and operational delivery of the ERP solution and end to end business processes.

The Synergy Programme has been established to bring together the individual Department plans in line with the Government Business Service (GBS) published Shared Services Strategy for Government: this includes building a common operating model, BPS, single technology, and single commercial strategy.

The Synergy Programme comprises the following central Government Departments (Departments) and their Arm’s Length Bodies (ALBs).

• Ministry of Justice (MoJ);

• Department for Work and Pensions (DWP);

• Department for the Environment, Food and Rural Affairs (DEFRA); and

• Home Office (HO).

DWP are currently the lead contracting authority for The Synergy Programme.

The Partner will be expected to deliver outcomes against five separate categories:

Programme Delivery:

The Supplier will review and validate the overall programme delivery framework using their strategic delivery expertise and industry best practice. This includes ensuring that governance structures, benefits realisation approaches, risk management, and transition planning are robust, integrated, and aligned with the programme’s objectives. The Supplier will contribute expert insight to confirm that the programme is appropriately structured and managed to enable successful delivery across departments.

Implementation:

The Supplier will apply their implementation expertise to review and validate all readiness, transition, and post-go-live arrangements. This includes evaluating cutover strategies, readiness assessments, hypercare models, stakeholder engagement plans, and continuous improvement processes to ensure alignment with delivery risk, compliance, and operational performance expectations.

Business Change:

The Supplier will review and validate all business change-related activities, drawing on best practice to ensure the approach to user adoption, communication, behavioural change, and stakeholder engagement is appropriate and effective. This includes evaluating change impact assessments, stakeholder readiness, communications planning, and mechanisms for cultural change and long-term adoption success.

Readiness Assessment (including learning and training):

The Supplier will be responsible for developing and delivering the full readiness and learning offer for the Synergy Programme. This includes conducting training needs analysis (TNA) and HAP assessments, creating a blended learning strategy, designing and delivering department-specific learning materials, ensuring alignment with business change and go-live timelines, and establishing a centralised knowledge repository. The Supplier will ensure the workforce is equipped with the capabilities required to adopt and sustain ERP-enabled processes.

Synergy Shared Services Hub (SSSH) Enablement:

The Supplier will review and validate the design and establishment of the Synergy Shared Services Hub (SSSH), ensuring that the proposed operating model, governance structures, transition approach, and capability planning align with best practice for public sector shared services. Their expertise will help ensure the SSSH is scalable, strategically aligned, and capable of delivering the intended benefits across departments.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department for Work and Pensions

Caxton House, Tothill Street

London

SW1H 9NA

UK

E-bost: Synergy.ProgrammeDeliveryPartnerProcurement@dwp.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/department-for-work-pensions

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

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

https://dwp.bravosolution.co.uk/web/login.shtml


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://dwp.bravosolution.co.uk/web/login.shtml


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

Synergy Programme Delivery Partner

II.1.2) Prif god CPV

79400000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Authority is seeking to engage the market to work with The Synergy Programme and its stakeholders to procure a new client-side Delivery Partner, to support the deployment, embedding and operational delivery of the ERP solution and end to end business processes.

The Synergy Programme has been established to bring together the individual Department plans in line with the Government Business Service (GBS) published Shared Services Strategy for Government: this includes building a common operating model, BPS, single technology, and single commercial strategy.

The Synergy Programme comprises the following central Government Departments (Departments) and their Arm’s Length Bodies (ALBs).

• Ministry of Justice (MoJ);

• Department for Work and Pensions (DWP);

• Department for the Environment, Food and Rural Affairs (DEFRA); and

• Home Office (HO).

DWP are currently the lead contracting authority for The Synergy Programme.

The Partner will be expected to deliver outcomes against five separate categories:

Programme Delivery:

The Supplier will review and validate the overall programme delivery framework using their strategic delivery expertise and industry best practice. This includes ensuring that governance structures, benefits realisation approaches, risk management, and transition planning are robust, integrated, and aligned with the programme’s objectives. The Supplier will contribute expert insight to confirm that the programme is appropriately structured and managed to enable successful delivery across departments.

Implementation:

The Supplier will apply their implementation expertise to review and validate all readiness, transition, and post-go-live arrangements. This includes evaluating cutover strategies, readiness assessments, hypercare models, stakeholder engagement plans, and continuous improvement processes to ensure alignment with delivery risk, compliance, and operational performance expectations.

Business Change:

The Supplier will review and validate all business change-related activities, drawing on best practice to ensure the approach to user adoption, communication, behavioural change, and stakeholder engagement is appropriate and effective. This includes evaluating change impact assessments, stakeholder readiness, communications planning, and mechanisms for cultural change and long-term adoption success.

Readiness Assessment (including learning and training):

The Supplier will be responsible for developing and delivering the full readiness and learning offer for the Synergy Programme. This includes conducting training needs analysis (TNA) and HAP assessments, creating a blended learning strategy, designing and delivering department-specific learning materials, ensuring alignment with business change and go-live timelines, and establishing a centralised knowledge repository. The Supplier will ensure the workforce is equipped with the capabilities required to adopt and sustain ERP-enabled processes.

Synergy Shared Services Hub (SSSH) Enablement:

The Supplier will review and validate the design and establishment of the Synergy Shared Services Hub (SSSH), ensuring that the proposed operating model, governance structures, transition approach, and capability planning align with best practice for public sector shared services. Their expertise will help ensure the SSSH is scalable, strategically aligned, and capable of delivering the intended benefits across departments.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 000 000.00 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

48000000

48100000

72000000

72250000

72260000

72261000

72300000

79000000

80521000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The Authority intends to commence a single procurement for Synergy Programme Delivery Partner through a Software Design and Implementation Services procedure under the Public Contracts Regulations 2015.

The Synergy Programme is looking to procure a new client-side Delivery Partner, to support the deployment, embedding and operational delivery of the ERP solution and end to end business processes. The Partner will be expected to deliver outcomes against five separate categories:

1. Programme Delivery

2. Implementation

3. Business Change

4. Readiness Assessment (including learning and training)

5. Synergy Shared Services Hub (SSSH) Enablement.

The Programme would benefit from technical expertise needed to implement the ERP and end-to-end business processes effectively. This is required for the Common and Local Design, providing Technical Business Change expertise will ensure users are able to adopt the new technology, as well as new processes, and this will be embedded by appropriate technical learning provisions. The effective development of the SSSH will enable a more integrated and cost-effective ERP environment, and the Programme Delivery capability will ensure strategic alignment across all these areas, providing oversight in respect of planning, risk and governance, and enabling the Programme to maximise the Benefits of the ERP implementation.

The Authority proposes conducting a single procurement process to award a single contract for the Synergy Programme Delivery Partner. However, bidding as a consortium, or as a prime contractor with the use of a range of subcontractors, will be permitted to encourage the delivery of the best overall solution.

The Authority will be conducting this procurement in accordance with the Public Contracts Regulations 2015 (as amended).

More specifically the Authority will be utilising the RM6193 Software Design and Implementation Services framework.

The full suite of tender documentation, including specification and specific details of the RM6193 Software Design and Implementation Services procedure relating to this procurement exercise can be found at the following link under Ref ITT_22252:

https://dwp.bravosolution.co.uk/web/login.shtml

Suppliers will be required to register for the procurement event in order to access the documentation.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Envelope (Quality) / Pwysoliad: 65%

Maes prawf ansawdd: Social Value / Pwysoliad: 10%

Maes prawf ansawdd: Price / Pwysoliad: 25%

Price / Pwysoliad:  25

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 000 000.00 GBP

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Na

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

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, tenderers will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Invitation to Tender.

The full suite of tender documentation, including specification and specific details of the RM6193 Software Design and Implementation Services procedure relating to this procurement exercise can be found at the following link under Ref ITT_22252:

https://dwp.bravosolution.co.uk/web/login.shtml

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

Contract performance conditions may relate in particular to social and environmental considerations.

The full suite of tender documentation, including specification and specific details of the RM6193 Software Design and Implementation Services procedure relating to this procurement exercise can be found at the following link under Ref ITT_22252:

https://dwp.bravosolution.co.uk/web/login.shtml

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

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

Dyddiad: 27/06/2025

Amser lleol: 12:00

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

Dyddiad: 20/06/2025

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

Rhaid i’r tendr fod yn ddilys tan: 03/10/2025

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

Suppliers Instructions:

How to Express Interest in this Tender:

1. Register on the eSourcing portal (this is only required once):

https://dwp.bravosolution.co.uk & click the link to register - Accept the terms & conditions & click 'continue' - Enter your correct business & user details - Note your chosen username & click 'Save'. You will receive an email with your password (keep this secure)

2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant exercise to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (A secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box

3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion. Follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions to complete (detailed online help available). To submit your reply use the 'Submit Response' button (top of the page).

For further assistance please consult the online help, or the eTendering help desk.

DWP expressly reserves the rights(i)to use a reverse auction; (ii)to cancel this procurement at any stage; (iii)to not award any contract as a result of the procurement process commenced by publication of this notice; (iv)and in no circumstances will DWP be liable for any costs incurred by potential suppliers.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Strand

London

WC2A 2L

UK

VI.4.3) Gweithdrefn adolygu

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

Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales

VI.5) Dyddiad anfon yr hysbysiad hwn

20/06/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79000000 Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch Gwasanaethau eraill
72261000 Gwasanaethau cymorth meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
72300000 Gwasanaethau data Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
80521000 Gwasanaethau rhaglenni hyfforddi Cyfleusterau hyfforddi
72260000 Gwasanaethau sy’n gysylltiedig â meddalwedd Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
72250000 Gwasanaethau system a chymorth Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
48100000 Pecyn meddalwedd penodol i ddiwydiant Systemau pecynnau meddalwedd a gwybodaeth
48000000 Systemau pecynnau meddalwedd a gwybodaeth Gwasanaethau Cyfrifiadurol a Chysylltiedig

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:
Synergy.ProgrammeDeliveryPartnerProcurement@dwp.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.