Subject:
Corporate Systems Review
Date of
meeting: 29 July 2022
Report
of:
Executive Director, Governance, People & Resources
Contact
Officer: Name: Jane
Strudwick
Tel: 07701396921
Email: jane.strudwick@brighton-hove.gov.uk
Ward(s)
affected: All
For general
release
1.1
The current Finance and HR/Payroll systems have been used by the
council for 16 and 12 years respectively. Although they have been
maintained and updated for legislative changes etc., their
architecture, functionality and mode of operation is largely the
same, some of which is inherently due to how they were structured
when originally implemented. As well as being separate,
unintegrated systems, a detailed review of the systems, including a
series of workshops exploring the wide range of functions and
information the systems provide, showed that there are a
substantial number of problems and barriers to effective operation
and the future development of services (referred to as ‘pain
points’) with the current systems.
1.2
This report considers the outcome of the recent review of the
current systems and presents an outline business case for
progressing a procurement process to upgrade and/or replace the
council’s existing corporate systems, which are used to
manage the council’s business critical Finance, HR, Payroll
and Procurement processes.
1.3
The overall aim is to implement a modern solution that will address
urgent technical challenges and drivers for change, whilst also
enabling the council to achieve its ambitions for modernisation and
transformation to provide the most effective and efficient way of
delivering our services, streamlining the way we work, and
providing an excellent customer experience. Any replacement system
will need to the support the council for at least 10 years as
replacement of these systems is a major undertaking with a 2-year
implementation timeline. Any replacement would therefore not only
need to demonstrate up-to-date technological capabilities but will
need to show evidence of forward planning and flexibility to
accommodate emerging technologies.
2
Recommendations
2.1
That the Policy & Resources Committee agrees to commence
procurement of a corporate Enterprise Resource Planning (ERP)
system.
2.2
That the Policy & Resources Committee notes that a report will
be brought back to Committee to seek approval to award a contract
to the successful supplier and notes that the report will include
revised purchase and implementation costs and a full business case
following the outcome of the procurement process.
2.3
That the Policy & Resources Committee notes that the
procurement process will be reported through the Member Procurement
Advisory Board (PAB) at appropriate points of the process.
3
Context and background information
3.1
This report provides a summary of the key findings and outcome of a
review of the council’s major corporate Financial,
Procurement, HR and Payroll systems. The review provides indicative
costs and benefits and considers alternative options to inform
decision-making and the recommendation to progress to a procurement
exercise to upgrade and/or replace the council’s existing
corporate systems.
3.2
The current Finance & HR/Payroll systems, supplied by Civica
and Midland HR (MHR), have been in use for well over 10 years and
by the time any alternative could be implemented would have been in
use for 19 and 15 years, respectively. During this period they have
been substantially upgraded and both have evolved into web-based,
cloud-hosted products in line with current trends. Both systems
continue to be used widely across the public sector and MHR is also
used by many private sector organisations. However, there is now
very clear evidence that new systems released by major software
houses within the past two years have advanced considerably and
have much more to offer, particularly as local authorities move
into an enhanced digital service environment. These systems also
have the major advantage of being integrated which is becoming an
increasingly costly barrier to developing efficient processes with
the current systems.
3.3
The current systems will also not enable the council to achieve its
service transformation and improvement plans in relation to
automation or integration with digital services, nor to improve
management information and decision-making through easily
accessible data and insight, nor to support an increasingly
flexible and agile workforce. For this reason, the existing
contracts for these systems, which are increasingly costly and
present declining value for money as the systems age, have been
aligned and negotiated with potential replacement of these systems
in mind.
3.4
The recommendation in this report is to enter into a procurement
process to seek a modern, alternative system to that can provide a
core platform for change and support, as part of the
council’s overall framework of processes and tools, these
transformational ambitions. This change will also provide an
important catalyst for the council to streamline processes, remove
processing inefficiencies wherever possible, and improve working
practices and internal controls through the latest workflow
technologies.
3.5
To inform the development of this report, the council appointed
SOCITM to provide expert consultancy services to support the
evaluation of high-level strategic options and the development of
an outline business case (OBC) to inform a decision on the future
direction of its corporate systems strategy. This considered all
options available to the council (e.g. Enterprise Resource Planning
(ERP), Best of Breed, etc.), based on the consultancy’s
knowledge of the market, business analysis and implementation
experience for many other similar public sector organisations. The
strategic options appraisal enabled officers to clearly identify
and evidence a preferred direction and option including
illustrative costs and benefits to inform an Outline Business Case
(OBC). This included consideration of potential procurement and
delivery routes which would help to inform a Full Business Case
(FBC) and implementation plan prior to the award of any contract/s.
The strategic options appraisal involved engagement with senior
stakeholders and subject matter experts from across Finance, HR,
Payroll, Procurement, Business Operations and IT &
Digital.
Strategic
Objectives
·
Improved Technological Capability
– the current systems were implemented over 10 years ago, are
out-of-date in many respects and, for the majority, will no longer
be supported by existing suppliers beyond 2025. Although many of
the current products are web-based and cloud-hosted, the existing
supplier costs of support and maintenance are increasing
significantly with each procurement period meaning that the systems
represent rapidly declining value for money. The technology aim is
to simplify the estate, remove dependency on expensive hardware and
infrastructure, have more integrated products rather than
fragmented point-of-use solutions needing maintenance, and remove
current onerous interfacing / file transfer requirements that need
manual reconciliation and/or intervention;
·
Transformation & Enhanced Digital
Service Environment – this relates to the drive to
deliver efficiencies through improving and streamlining corporate
support processes (utilising an adopt rather than, less efficient,
adapt ethos), removing unnecessary bureaucracy (i.e. improving
workflow) and enabling greater officer self-sufficiency and agile
working through digital self-service, and process and workflow
automation, thereby enabling efficiencies across the council both
in frontline and support function areas, including releasing time
for support functions to focus on higher value, more strategic
support as business partners to front-line services;
·
Cashable Efficiencies –
Linked to the above, improved and streamlined processes through
automation and self-service, and changes to ways of working should
enable efficiencies and potentially reduce back-office staff costs.
Implementing an integrated solution, supported by an optimised
operation will potentially reduce both systems maintenance effort
and deliver service efficiencies;
·
Improved Data and Insight to Facilitate
Decision Making – the drive is to easily deliver
real-time management information and enhanced flexible data and
analytics to meet different business needs which is used to
facilitate evidence-based decision making. This is a particularly
weak aspect of current systems which are ageing and have very
limited data analysis and reporting capabilities;
·
Partnerships and Traded Services
– the drive to have a future proof solution that allows the
council to retain existing customers and attract new business is
important, particularly if current financial challenges across
local government and other areas of the public sector endure; this
requires adaptable processes with improved digital self-service and
user experience and an easy ability to ‘on-board’ new
clients.
3.7
The aim is to deliver more modern, intuitive and efficient Finance,
HR & Payroll, and Procurement systems and processes to enable
the strategic ambitions described above. In summary, the following
high-level outcomes are expected to be delivered:
·
Intuitive, digital self-service processes
that improve user access and ease-of-use regardless of end-user
device ownership, have a consistent look-and-feel for users are all
levels, and increase business and citizens self-sufficiency,
enabling a more agile workforce and more effective management of
demand for corporate support;
·
Increased automation of transactional
processes, creating efficiencies and freeing-up resources to direct
additional time to more complex and value-adding advice and
support;
·
A single trusted source of accurate and
timely financial, people and procurement data to inform efficient
and effective decision making;
·
Maximised functionality using a standard
out-of-the-box (‘vanilla’) solution as far as possible,
delivering quick wins within a clear strategic roadmap and taking
an ‘adopt not adapt’ approach to implementation and
development.
Scope
3.8
Procuring and implementing replacement systems, whether a selection
of ‘best of breed’ systems or a corporate Enterprise
Resource Planning (ERP)
system, will
require a business transformation programme and will include the
end-to-end review of the council’s existing Finance, HR,
Payroll and Procurement processes to adopt best practice standards
and maximise benefits for the council. In summary, the scope is
expected to include the following:
·
Users - The full scope of users of
the existing corporate system, including council users and external
customers that use the same system, e.g. schools;
·
Functionality - Replacing the
currently implemented functional footprint of corporate processes
at the council including their required integration. Additional
functionality requirements will be reviewed and confirmed prior to
the start of the procurement process;
·
Hardware – The programme
would include the removal of any remaining hardware requirements
moving to a fully cloud hosted solution;
·
Data archiving – There is
currently many years of data held in the existing system. A GDPR
compliant approach for archiving past data will be agreed and
implemented as part of the solution.
3.9
It is possible that some elements of the HR and finance systems may
need to be out-of-scope because they are running to a different
contract timeline and/or replacement is not currently warranted.
This will be agreed as part of the procurement phase.
3.10
In common with the majority of current systems, it is recommended
that a cloud hosted product is procured, as opposed to deploying a
system on the council’s own servers. Cloud hosting provides a
number of significant advantages including:
o ensuring
that the system is automatically maintained and updated with latest
releases and upgrades avoiding the need for ongoing major system
upgrades with the associated costs and disruption;
o ensuring
additional resilience and failsafe due to the large scale of
supplier data centres across multiple sites for many customers, and
thereby reducing the council’s disaster recovery costs;
o reducing
consultancy and call-out costs when changes or developments are
required.
Cloud hosted is the focus for
innovation and investment for most of the major corporate system
providers and is specifically designed to meet the needs of an
agile and mobile workforce, enhancing self-service business
processes, and significantly improving the use of management
information.
4.1
The Strategic Options Appraisal led by SOCITM identified and
evaluated four practical strategic options for the council to
consider in terms of the future of its corporate systems
estate:
·
Option 1: Do nothing/do minimum
– keep the existing systems upgraded as far as possible but
with severe limitations on improvements or developments;
·
Option 2: Optimise the current
solutions – implement additional modules and
functionality, through intermediary products if necessary, as
defined by the existing supplier’s roadmaps;
·
Option 3: Procure an ERP cloud
solution;
·
Option 4: Procure a Best of Breed Suite
of products.
4.3
Options 1 and 2 do not require the council to go to market for a
new solution but Option 2 may require some negotiation and
variation to contracts if additional modules and/or interfaces were
considered necessary. Framework Agreements are available which
provide the Council a compliant route to market to continue with
the same solutions. The Council entered into new contracts in April
2022 and when they expire these can be replaced with similar
contracts which will be awarded under a Framework Agreement.
4.5
Option 3, procurement of a Cloud ERP solution, was found to be the
most viable option in terms of delivering the council’s
strategic objectives, whilst also having a more balanced risk
profile. Option 4 (Best of Breed) carries similar benefits but
the differentiating factors that make Option 3 (ERP) considerably
more favourable are:
·
moving to a cloud
ERP solution creates a single source of truth for master data,
which for a Best of Breed solution is unproven until implemented
and therefore carries much higher risk. An ERP reduces the need for
‘stitching’ multiple data sources together to create
uniform management information;
·
there
is a simpler data migration path (i.e. to one system solution) and
consequently fewer third parties involved, considerably reducing
implementation and delivery risks;
·
the
council can look to improve its reporting and business processes
through the adopt-not-adapt ethos, helping it to achieve future
savings through simpler and fewer processes, reduced interfacing
and workflow exchanges e.g. web forms not having to pass through
multiple systems, security protocols and authorisation
processes;
·
when
analysing the system suppliers against the council’s
strategic objectives, ERP solutions offered the best fit for the
future direction of the organisation.
4.6
The recommendation is therefore for the council to progress Option
3, procure a one ERP cloud solution for its corporate systems. This
option is expected to deliver an estimated overall saving of circa
£1.8 million over 13 years (i.e. during the 3 years to
procurement and assuming a 10-year lifecycle for solution) and will
deliver other significant benefits including:
·
only
having one prime IT contractor to manage;
·
technology that
can specified at the outset to be configured close to the
council’s requirements (i.e. out of the box) and conform with
the identified strategic objectives for change;
·
access to the
most up-to-date technology with optimal integration,
(mobile/remote) access, usability, input validation, self-service,
workflow and reporting and dashboarding capabilities as modern ERP
systems are the leading edge for corporate systems
solutions;
·
a
less complex estate than all other options providing enhanced
resilience, security, flexibility and integration and, critically,
providing a single source of truth for master data
management;
·
reduction in
licencing costs by removing niche and intermediary
products;
·
optimising
self-service which will enable resources to be redirected to
value-adding professional and advisory services;
·
providing an
evergreen solution, regularly updated and patched by the supplier
as part of the contract with minimal disruption or
intervention;
·
the
lowest long term infrastructure and maintenance costs.
4.7
If approved, procurement of an ERP solution as per Option 3 will be
led by the council together with expert consultancy support to
ensure that the council frames its requirements and specifications
in accordance with market expectations, standards and requirements
i.e. does not under or over specify requirements leading to
technologies, capabilities or functionality being missed or unduly
provided at unnecessary expense. The council will also utilise
expert consultancy to help it determine the most advantageous
route/s to market and keep the Member Procurement Advisory Board
updated in this respect.
4.8
The report recommends entering into a procurement process for an
ERP solution to replace the council’s current corporate
systems. However, the recommendation stops short of delegating the
award of the contract to officers and therefore the decision to
award will come back to the Policy & Resources Committee. The
rationale for this is twofold:
i.
The Authority’s financial position is potentially very
challenging, as set out in the Budget Planning and Resource Update
report to Policy & Resources Committee on 7 July 2022. Further
information regarding the council’s financial outlook is
expected to be available in the Autumn (following expected
government funding announcements) and could be better or worse than
currently modelled. The council may need the option to halt or
pause a range of programmes or spend.
ii.
Similarly, having gone through the procurement process and in the
current inflationary environment, the council may find that the
capital costs of implementing a replacement solution (Option 3 or
4) have escalated to the point where affordability or viability of
the business case is severely impacted.
4.9
When a further report is brought to the Policy & Resources
Committee, the Committee will be asked to either award the contract
to the successful supplier (it will not be open to the Committee to
award the contract to any operator other than the winning bidder as
this would be unlawful) or to abandon the procurement and continue
with the existing systems by reprocuring contracts using a suitable
Framework Agreement.
5
Community engagement and consultation
5.1
Senior officer stakeholders from Finance, HR, Payroll, Procurement
and IT & Digital have been consulted during the development of
the Strategic Options Appraisal and Outline Business Case. Subject
matter experts from in-scope corporate services were also engaged
as part of the development of the Strategic Options Appraisal. The
council has also discussed its requirements with its Orbis
Partners, ESCC and SCC, both of whom have recently been through
similar options appraisals due to the discontinuation of support
for their current SAP HR/Finance systems.
5.2
If approved, the procurement process will be reported through to
the Member Procurement Advisory Board (PAB) at appropriate points
of the process to keep members informed and provide them with
assurance that options and routes to market have been properly
evaluated and considered and that non-financial criteria such as
sustainability and social value are given due consideration in the
process.
6
Conclusion
6.1
The recommendation is to progress to a vendor neutral corporate ERP
system procurement to enable the council to fully evaluate the
solutions available in the market, to best meet its requirements
and to drive best value for money through market competition. This
approach will also enable the council to compare suppliers’
implementation approaches, and in so doing to best inform planning
to minimise disruption for the council during the implementation
phase
7
Financial implications
7.1
The recommended option is to purchase and implement an Enterprise
Resource Planning (ERP) system that replaces the current core
Finance, Procurement, Human Resources and Payroll systems as well
as current intermediary and peripheral systems (where
possible/available).
7.2
The cost estimates have been developed with the support of external
consultants (SOCITM) and reviewed and moderated by officers for
local pay and cost factors. The implementation is expected to span
3 financial years (to 2025) with the marginal costs of the
procurement and implementation being capitalised through borrowing
and spread over the minimum expected life of the system once fully
operational, which is assumed to be 10 years commencing
2025/26.
7.3
The following table shows the estimated capital cost totalling
approximately £8.000m. This assumes that programme management
and implementation is provided by directly appointed staff to keep
costs down and to retain knowledge and skills within the council.
However, current labour market shortages may add some risk to this
forecast if current conditions persist for a long period. The
system supplier implementation costs are wide ranging depending on
which solution is procured but this estimate is considered
prudent.
Capital
Investment
|
2022/23
|
2023/24
|
2024/25
|
|
£'000
|
£'000
|
£'000
|
System Licensing
– Dual running marginal costs
|
130
|
550
|
460
|
Hardware and
Support marginal costs
|
350
|
400
|
100
|
Internal
programme management and implementation costs
|
200
|
1,300
|
1,200
|
System supplier
implementation costs
|
300
|
1,200
|
1,000
|
Data
Archiving
|
25
|
100
|
75
|
Data
Migration
|
60
|
230
|
170
|
3rd
Party development costs for integration
|
20
|
80
|
50
|
Total
|
1,085
|
3,860
|
3,055
|
|
|
|
|
Cumulative
|
1,085
|
4,945
|
8,000
|
7.4
The revenue costs include the ongoing system licensing, hardware
and support costs as well as the financing costs arising from the
capital investment above. The estimated marginal revenue costs
(i.e. above current budget provision) are included in the table
below:
Revenue
Costs
|
2022/23
|
2023/24
|
2024/25
|
2025/26+
|
|
£'000
|
£'000
|
£'000
|
£'000
|
System
Licensing
|
820
|
820
|
820
|
950
|
Hardware
and Support Costs
|
1,620
|
1,620
|
1,620
|
1,410
|
Capital
Financing - Interest during implementation
|
16
|
90
|
195
|
0
|
Capital
Financing - Borrowing over minimum 10 year life
|
|
|
|
938
|
Less
Existing Budget provision
|
-2,440
|
-2,440
|
-2,440
|
-2,440
|
Net
commitment in the MTSFP
|
16
|
90
|
195
|
858
|
|
|
|
|
|
Marginal
annual commitment
|
16
|
74
|
105
|
663
|
7.5
The overall cumulative increase in annual revenue costs for 2025/26
onwards is estimated at £0.858m pa.
7.6
The new system is expected to provide significant improvements and
deliver on a range of strategic objectives that are set out in
paragraph 3.6, including the potentially unavoidable technological
capability and the need to support and transform corporate systems
and processes in line with the changing digital environment.
7.7
It is expected that the key corporate support services that heavily
rely on these major systems will be enabled to become more
efficient as well as the front line services that are supported by
them. At this stage it is not possible to directly attribute the
efficiencies to individual service areas and therefore the
additional ongoing costs of the system will be built into the
Medium Term Service and Financial Plan and reflected in assumed,
cashable efficiency savings in future years. These will be
supported by a Full Business Case if the procurement of an ERP
system is approved at the point when the contract award comes back
to committee for final approval.
Finance officer
consulted: James Hengeveld Date consulted:
20/06/22
8.1
The Council is required to comply with the Public Contracts
Regulations 2015 in relation to the procurement and award of
contracts above the relevant financial thresholds for services,
supplies and works. The Council’s Contract Standing Orders
(CSOs) will also apply.
8.2
Although a right to abandon (halt) a procurement is not expressly
provided in the Regulations, it is implicit from the requirement to
notify tenderers of a decision to abandon a procurement (Reg 55)
that it is permissible. There have been a number of cases where
challenges have been brought to decisions to abandon and it is
clear that the decision to abandon must be rationale and
proportionate. The procurement documents will make it clear that
the Council reserves the right not to award a contract and that the
Council is not liable for any of the bidders’ costs in
participating in the procurement, including if the procurement is
terminated.
If it is not
possible to proceed to award a contract following the procurement
recommended in this report, the alternative option of awarding
further contracts under a Framework Agreement is a route to market
which is compliant with the Regulations.
Lawyer
consulted: Alice
Rowland
Date consulted: 20/7/22
9.1
The council will be mindful of its equality’s duties under
the Equality Act 2010 in carrying out the tender process and
letting the contract with due regard to the need to eliminate
discrimination across the protected characteristics. A full EIA
will be completed as part of the procurement phase of the
programme.
9.2
The council is committed to providing its services in a way that
promotes equality of opportunity at every possibility. The
requirements specification developed for the procurement and the
contract document will stipulate that the supplier will comply with
the relevant Equality and Diversity legislation. It is expected
that the appointed supplier will be fully committed to equality and
diversity in their service provision and will ensure compliance
with all anti-discrimination legislation.
9.3
The procurement specification will include specific business
requirements to ensure the new system complies with the
council’s minimum standards for accessibility, as stipulated
by the Public Sector Bodies (Websites and Mobile Applications) (No.
2) Accessibility Regulations 2018.
10.1
As part of the procurement phase of the programme, the council will
require suppliers to address how they can support the
council’s sustainability aims and how they conduct their
operations in a sustainable manner, in line with the
council’s priorities and commitments.
11.1
As part of the procurement phase of the programme, the council will
require suppliers to make social value commitments showing how
their organisation can benefit the local city / residents of
Brighton & Hove as far as possible. Although there are no
locally based major systems suppliers, there are still many actions
that suppliers can take to improve social value generally, as well
as providing some social value benefit directly to the locality.
This assessment will form part of the quality evaluation criteria
and will support the contract award to the preferred software
supplier.
Supporting
Documentation
Appendices
1
Appendix 1 – Detailed Analysis and Consideration of
Alternative Options