FSCS is seeking to appoint a number of providers of professional legal services under a multi-provider, multi-lot Framework Agreement. The Framework consists of three Lots; General English Law, Scots Law and Employment law and ancillary legal services.
This procurement is being conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a specific service.
FSCS is seeking to appoint a number of providers of professional legal services under a multi-provider, multi-lot Framework Agreement. The Framework consists of three Lots; General English Law, Scots Law and Employment law and ancillary legal services.
This procurement is being conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a specific service.
The success of the Financial Services Compensation Scheme is dependent upon the calibre of people employed by our business and, as such, we are committed to the recruitment and selection of colleagues with the right blend of skills, qualifications, competencies, experience, knowledge and attitude. The Framework will facilitate provision of HR specialist services under the following three ‘Lots’ , details of which are set out at below:
•Lot 1: Specialist Recruitment & Selection (Niche) and Supply of Temporary Personnel Services
•Lot 2: Staff Talent Management and Leadership Development Services
•Lot 3: Executive and wider staff coaching services:
oLot 3a: Executive coaching (Board, CEO and “C-Suite”)
oLot 3b: Leadership Coaching (Senior Leaders and Managers)
oLot 3c: Team & Group coaching
oLot 3d: Individual employee coaching
FSCS is seeking to appoint a single Service Provider for a new Telephone Cloud Service Solution, this will cover licences, implementation, and support & maintenance. This will be a service procured on a subscription-based model.
FSCS is seeking to appoint a single Service Provider for a new Telephone Cloud Service Solution, this will cover licences, implementation, and support & maintenance. This will be a service procured on a subscription-based model.
FSCS has a small architecture function that supports the construction and delivery of FSCS' IT and business strategies, as well as supporting change management, managing and promoting design principles and, monitoring and proactively managing the technology landscape of FSCS.
In service of the final point of guiding FSCS' technology landscape, FSCS maintains several lists of systems and how they support the delivery of FSCS' capabilities. This are rendered as diagrams to represent the technology services and used to support the creation of FSCS' IT roadmap.
This process of combining this technology estate data and presenting it diagrammatically is mostly manual and time consuming. FSCS is looking for technology options that might support this process to increase the capacity of their architecture function.
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The value inserted is estimated and is a mandatory field that must be inserted in publishing this notice.
NOTE: This notice was updated on 27 September 2022 for the following reason: Please note the estimated value band has been amended to £10k to £25k(FSCS has a small architecture function that supports the construction and delivery of FSCS' IT and business strategies, as well as supporting change management, managing and promoting design principles and, monitoring and proactively managing the technology landscape of FSCS.
In service of the final point of guiding FSCS' technology landscape, FSCS maintains several lists of systems and how they support the delivery of FSCS' capabilities. This are rendered as diagrams to represent the technology services and used to support the creation of FSCS' IT roadmap.
This process of combining this technology estate data and presenting it diagrammatically is mostly manual and time consuming. FSCS is looking for technology options that might support this process to increase the capacity of their architecture function.)
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The value inserted is estimated and is a mandatory field that must be inserted in publishing this notice.
FSCS is looking to procure a new Financial Planning, Forecasting and Budgeting solution.
The new solution would support the business to do the following:
•Prepare regular forecasts and annual budgets of all cost and revenue accounts in a simple and easily updatable manner;
•Prepare regular forecasts of non-financial information e.g. headcount and claims volumes;
•Monitor actuals against budget and forecasts enabling management to easily identify, understand and report variances;
•Allocation of costs (actuals and forecast) to several categories e.g. for activity-based costing analysis and to various funding categories for levy calculations; and
•Report to senior management, Board and externally.
The contract with the successful provider will include licences, the design and implementation of the solution together with the annual support and maintenance.
FSCS is looking to procure a new Financial Planning, Forecasting and Budgeting solution.
The new solution would support the business to do the following:
•Prepare regular forecasts and annual budgets of all cost and revenue accounts in a simple and easily updatable manner;
•Prepare regular forecasts of non-financial information e.g. headcount and claims volumes;
•Monitor actuals against budget and forecasts enabling management to easily identify, understand and report variances;
•Allocation of costs (actuals and forecast) to several categories e.g. for activity-based costing analysis and to various funding categories for levy calculations; and
•Report to senior management, Board and externally.
The contract with the successful provider will include licences, the design and implementation of the solution together with the annual support and maintenance.
NOTE: This notice was updated on 24 October 2022 for the following reason: Section 12 - Other Notice
Please note the correction in relation to "Period of Work Start" and Period of Work End" dates.
These have been corrected as follows:
Period of Work Start - 06th February 2023
Period of Work End - 24th March 2023(The FSCS is seeking to appoint a contractor to deliver small works in relation to office space reconfiguration.
The Contractor will be expected to deliver the small works project using a design and build project approach as detailed in this ITT.
Using the FSCS floorplate CAD plan (Appendix A) the contractor will propose the removal of no more than eight desks located in the Customer, Data, Intelligence and Technology zones to accommodate a new Concentration Room.
The Contractor is required to propose furniture for the new Concentration Room.
The Contractor is required to enhance the acoustic performance of the existing Broadcast Room, relocate the power and data floor box, and amend the glazing manifestation.
The Contractor will complete decoration, electrical and data cabling works in the existing Concentration Space 03 Moorgate to allow FSCS to convert this room to a meeting room facility.
The Contractor will replace existing light units in the Customer Zone and Data, Intelligence and Technology Zone with new LED light units (to replicate existing People Office light units).
Using the FSCS CAD floor plan (Appendix A) the Contractor is required to propose the location of 5 x new recycling units to be located appropriately across the floorplate. Each recycling unit will include 3 waste streams to be confirmed by FSCS.
The Contractor will be required to work with IVC the FSCS audio and visual system contractor who will install hybrid meeting technology in new rooms, as directed by FSCS.
The FSCS office at Beaufort House is operational each Monday to Friday and works associated with the project cannot be completed during this timeframe. However, to accelerate the completion of works on the floorplate FSCS propose to close the office on Friday 10th February to allow the contractor a long weekend to complete the works.
The FSCS requires JCT Minor Works Building (Public Sector) 2016 terms and conditions for this contract.
Following completion of the project FSCS have reserved Monday 24th March 2023 to meet with the contractor for the purpose of reviewing project delivery success against the specification and reviewing the completion of snagging works.
The Contractor is to manage the sub-contractors noted within Appendix B to ensure project delivery in accordance with current Health and Safety and Building Regulations.
The Contractor is required to engage Beaufort House building management to plan and implement a waste disposal plan avoiding disruption to other tenanted firms daily activities.
The new FSCS areas to be created are:
•A new Concentration Room.
•A new 03 Moorgate meeting room facility.
•LED lighting across the Core 1 area.
•Five new recycling units.)
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The FSCS is seeking to appoint a contractor to deliver small works in relation to office space reconfiguration.
The Contractor will be expected to deliver the small works project using a design and build project approach as detailed in this ITT.
Using the FSCS floorplate CAD plan (Appendix A) the contractor will propose the removal of no more than eight desks located in the Customer, Data, Intelligence and Technology zones to accommodate a new Concentration Room.
The Contractor is required to propose furniture for the new Concentration Room.
The Contractor is required to enhance the acoustic performance of the existing Broadcast Room, relocate the power and data floor box, and amend the glazing manifestation.
The Contractor will complete decoration, electrical and data cabling works in the existing Concentration Space 03 Moorgate to allow FSCS to convert this room to a meeting room facility.
The Contractor will replace existing light units in the Customer Zone and Data, Intelligence and Technology Zone with new LED light units (to replicate existing People Office light units).
Using the FSCS CAD floor plan (Appendix A) the Contractor is required to propose the location of 5 x new recycling units to be located appropriately across the floorplate. Each recycling unit will include 3 waste streams to be confirmed by FSCS.
The Contractor will be required to work with IVC the FSCS audio and visual system contractor who will install hybrid meeting technology in new rooms, as directed by FSCS.
The FSCS office at Beaufort House is operational each Monday to Friday and works associated with the project cannot be completed during this timeframe. However, to accelerate the completion of works on the floorplate FSCS propose to close the office on Friday 10th February to allow the contractor a long weekend to complete the works.
The FSCS requires JCT Minor Works Building (Public Sector) 2016 terms and conditions for this contract.
Following completion of the project FSCS have reserved Monday 24th March 2023 to meet with the contractor for the purpose of reviewing project delivery success against the specification and reviewing the completion of snagging works.
The Contractor is to manage the sub-contractors noted within Appendix B to ensure project delivery in accordance with current Health and Safety and Building Regulations.
The Contractor is required to engage Beaufort House building management to plan and implement a waste disposal plan avoiding disruption to other tenanted firms daily activities.
The new FSCS areas to be created are:
•A new Concentration Room.
•A new 03 Moorgate meeting room facility.
•LED lighting across the Core 1 area.
•Five new recycling units.
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Consultant will research, draft and present a report to FSCS at or as soon as reasonably possible prior to 28th October 2023 to assist FSCS in making an informed decision relating to the location of the FSCS office post December 2025.
The Office Location report will include but not be limited to:
(i)How much office space FSCS the Service Provider reasonably estimates that FSCS currently requires to carry out its current operations, based on information provided by FSCS and its potential prospective future requirements over the next 10 years.
(ii)Relocation of its premises to potential locations in London transport zones 1,2 or 3 as FSCS may notify to the Service Provider (each a 'Potential Relocation Area').
(iii)The business disruption FSCS will endure from 2024 whilst Beaufort House refurbishment works are in progress to include the timescales of disruption.
(iv)The financial benefits of FSCS remaining at Beaufort House whilst refurbishment works are in progress.
(v)fit-out of any new premises; and
(vi)dilapidations strategy in respect of FSCS' premises at Beaufort House.
(vii)A report and analysis as to the following (without limitation):
a)the potential effects which relocation to each Potential Relocation Area may have on the time required for current FSCS staff to travel to work from their existing residential locations; and
b)possible positive or negative implications for FSCS on staff retention which may thereby arise.
The Service Provider shall include the following in the above report (without limitation):
(viii)Commentary and analysis in the above report as to the relative advantages and disadvantages of the various options presented as against each other and as against FSCS deciding to extend or renew its existing lease not relocate its premises.
(ix)Likely rent value ranges and associated costs for commercial leases at locations to which FSCS notifies to the Service Provider that it may consider relocating.
(x)Identified and researched sample potential premises to which FSCS may consider relocating, together with estimated rent values and associated costs which FSCS would be likely to incur in such relocation.
The Service Provider shall arrange viewings of commercial premises which FSCS may indicate to the Service Provider as being potential new premises for FSCS and accompany FSCS representatives during viewings of the same.
The Service Provider if requested by FSCS, shall represent FSCS to existing and potential new landlords in accordance with FSCS's reasonable instructions at the time to seek to secure proposals for potential terms on which those landlords would in principle be willing to agree to enter into lease arrangements with FSCS. In doing so, the Service Provider shall not be FSCS's agent and shall not have - and shall not purport or represent to any party that it may have - any authority whatsoever to agree or enter into any contract or other commitment on FSCS's behalf.
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Text to be corrected in the original notice:
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of: 05/01/2023 Time: 14:00
Read: 19/01/2023 Time: 14:00
Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Prospective tenderers are invited to a Supplier Briefing where FSCS will be able to expand on their requirements, the procurement process and prospective tenderers will be able to ask questions. The Briefing will be held via MS Teams on 12th December @ 1400hr
Provision of strategic market research services to include brand & communications research, customer experience research & design and policy and stakeholder research (Lot 1) and in-house market research (Lot 2).
Text to be corrected in the original notice:
Place of text to be modified: Estimated value
Instead of: £1,000,000
Read: £1,900,000
Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Prospective tenderers are invited to a Supplier Briefing where FSCS will be able to expand on their requirements, the procurement process and prospective tenderers will be able to ask questions. The Briefing will be held via MS Teams on 12th December @ 1400hrs. Details will be included in the Tender pack
Provision of strategic market research services to include brand & communications research, customer experience research & design and policy and stakeholder research (Lot 1) and in-house market research (Lot 2).
Provision of strategic market research services to include brand & communications research, customer experience research & design and policy and stakeholder research (Lot 1) and in-house market research (Lot 2).
Provision of strategic market research services to include brand & communications research, customer experience research & design and policy and stakeholder research (Lot 1) and in-house market research (Lot 2).
Provision of strategic market research services to include brand & communications research, customer experience research & design and policy and stakeholder research (Lot 1) and in-house market research (Lot 2).
A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT
A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Please see the notice below, for further information on scope and contract duration
https://www.find-tender.service.gov.uk/Notice/003512-2023?
NOTE: This notice was updated on 28 June 2023 for the following reason: FSCS have decided to extend the tender deadline date to 2pm on 7th July 2023(FSCS require an expert insurance auditor to help ensure 3rd party claims handling agents are meeting appropriate standards. This will involve undertaking detailed reviews of claims files and related records to evaluate the performance of said 3rd party claims handling agents.)