II.2.2) Additional CPV code(s)
66600000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
The current application has been modified to allow GBS to create the required reports, however the intention is, where possible, to move to a more standardised solution.
The current system produces the following:
— 6 intraday transactional based swing reports (utilising intraday transactional data),
— 1 next day swing report (utilising next day reports of bacs debits and credits supplied by the banks plus bacs grade 3),
— 2 cash management files (utilising end of day transactional data to allow actual v forecast comparison),
— end of month balances of all sterling accounts (utilising end of day statements cleared balance information),
— 2 overdrawn reports (utilising end of day statements balance information),
— 2 reconciliation reports Sterling and Euro pools (utilising end of day statements balance information),
— the creation of journal payment files specific to each electronic banking system from Bank of England files (i.e. Bacs Grade 3),
— the creation of journal payment files specific to each electronic banking system from HM Treasury files (i.e. Vote Funding, HMT Interest).
The key output requirements are summarised below:
— the production of 6 intraday banking activity reports on an agreed schedule and one next day report for HMT using data received from supplier banks,
— creation of one cash management files for HMT (to enable them to compare actual movements with those forecast by the Government Departments),
— creation of journal (internal transfers) files specific to each electronic banking system from Bank of England files (i.e. bacs grade 3),
— creation of journal (internal transfers) files specific to each electronic banking system from HM Treasury files (i.e. Vote Funding, HMT Interest),
— ability to recreate historical reports of specific files (i.e. cash management files),
— zeroing customers’ and government banking accounts,
— reporting monthly balances of all Government Banking accounts for HMT using an agreed structure,
— overdraft monitoring (intra and end of day),
— Volumes and values of government banking customers,
— audit reports,
— reconciliation reports (Euro and Sterling pool’s),
— ability to create ad-hoc reports,
— management information reports,
— file/feed monitoring alerts (missing files from data feeds etc.) can be visual or e-mail based.
Full details of the requirements are included in the specification document attached to the eSourcing event, however the minimum requirements for bidders wishing to provide an initial tender are:
— the key output requirements listed above,
— the functional requirements,
— HMT interest (passing of HMT interest to Governemtn Department accounts),
— HMT Vote (passing of HMT Voted money to Government Departments accounts),
— miscellaneous transfer (internal transfers),
— intraday swing reports,
— next day swing reports,
— cash management daily file,
— cash management monthly file,
— end of month balance report and reconciliation,
— GBS functional requirements,
— GBS functionality,
— daily sterling reconciliation,
— daily Euro reconciliation,
— additional security functions (in addition to the security section).
II.2.5) Award criteria
Criteria below:
Quality criterion: Social, environmental and innovative characteristics
/ Weighting: 5
Quality criterion: Management activity
/ Weighting: 15
Quality criterion: Security management
/ Weighting: 10
Quality criterion: Technical merit
/ Weighting: 40
Cost criterion: Implementation/running costs
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
5 250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract is for an initial term of 60 months with the option to extend up to a further 2 years on a 1 + 1 basis.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
The authority intends to limit the number of candidates meeting the selection criteria that will be invited to tender to a minimum of 3 and a maximum of 6, criteria for selection will be based on the information provided for Form D Reg 58 Selection Criteria – Economic and Financial Standing and Form E Reg 58 Selection Criteria – Technical and Professional Ability as part of the request to participate submission in accordance with Reg 65 of the Public Contracts Regulations 2015.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No