Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DMO Trading Systems Replacement.

  • First published: 02 June 2017
  • Last modified: 02 June 2017
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
HM Treasury
Authority ID:
AA21737
Publication date:
02 June 2017
Deadline date:
30 June 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Please refer to section II.1.4).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Lords Commissioners of Her Majesty's Treasury acting through the United Kingdom Debt Management Office

Eastcheap Court, 11 Philpot Lane

London

EC3M 8UD

UK

Telephone: +44 3450103503

E-mail: expressionsofinterest@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.dmo.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://gpssourcing.cabinetoffice.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier/becoming-a-supplier-through-the-crown-commercial-service-what-you-need-to-know


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Economic and financial affairs

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DMO Trading Systems Replacement.

Reference number: RM 3827

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The DMO is an Executive Agency of Her Majesty's Treasury. The DMO's responsibilities include debt and cash management for the UK Government, lending to local authorities and managing certain public sector funds.

The DMO gives notice that it has a requirement to consolidate a number of its financial trading systems. The new solution is intended to include, but is not limited to, dealing, cash flow forecasting, loans and investment management, risk and collateral management, settlement, financial accounting, price/yield calculation and reconciliation and ancillary services.

II.1.5) Estimated total value

Value excluding VAT: 13 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48463000

72321000

48444000

48443000

48410000

48411000

48441000

48442000

48000000

48217000

48470000

48480000

48440000

48444100

72322000

48460000

48450000

48482000

48812000

48412000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Please refer to section II.1.4).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

60 months renewal option.

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

This procurement will be made up of three distinct progressive phases.

Phase 1 is a Selection Questionnaire where applicants will be evaluated on the following criteria: Mandatory and discretionary exclusions, a financial risk assessment and three statements of relevant experience. Applicants who are successful will be invited to take part in Phase 2.

Phase 2 is the Invitation to Submit an Outline Solution (ITSOS).

Bidders will submit an Outline Solution comprising:

— Price quotation for software licence, long-term support and maintenance contract and implementation support.

— Implementation plan.

— Response to mandatory requirements.

— Outline description of solution for main functional areas.

— Availability of standard functionality to meet detailed requirements.

There is an opportunity for dialogue on the Outline Solution.

Bidders who are successful will be invited to take part in Phase 3.

Phase 3 is the Invitation to Submit a Final Tender (ITSFT)

This phase includes a structured demonstration of each bidder's ability to meet the DMO's main business requirements, and dialogue on the proposed solution. Bidders then prepare a Final Tender stating their proposed solution and pricing for assessment by the DMO. A preferred bidder will be selected.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’). The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The Candidate will be assessed on the basis of information provided in response to the ITT.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Candidate will be be assessed on the basis of information provided in response to the ITT.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 061-115022

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/06/2017

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service (CCS) intends to publish the Invitation to Tender document and the text of any Contract awarded, subject to possible redactions at the discretion of CCS. Further information can be found at https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance. The Customer expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice: and (ii) to make whatever changes it may see fit to the content and the structure of the tendering competition: and in no circumstances will the Customer be liable for any costs incurred by Applicants. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Applicants.

Conditions for opening of tenders Place: Electronically via web-based portal.

VI.4) Procedures for review

VI.4.1) Review body

Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://gpsesourcing.cabinetoffice.gov.uk

VI.4.2) Body responsible for mediation procedures

Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR27 9PF

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: http://gpsesourcing.cabinetoffice.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Telephone: +44 3450103503

VI.5) Date of dispatch of this notice

31/05/2017

Coding

Commodity categories

ID Title Parent category
48443000 Accounting software package Financial analysis and accounting software package
48444000 Accounting system Financial analysis and accounting software package
72321000 Added-value database services Database services
48460000 Analytical, scientific, mathematical or forecasting software package Business transaction and personal business software package
48470000 Auction software package Business transaction and personal business software package
48444100 Billing system Accounting system
48482000 Business intelligence software package Sales, marketing and business intelligence software package
72322000 Data management services Database services
48440000 Financial analysis and accounting software package Business transaction and personal business software package
48441000 Financial analysis software package Financial analysis and accounting software package
48812000 Financial information systems Information systems
48442000 Financial systems software package Financial analysis and accounting software package
48410000 Investment management and tax preparation software package Business transaction and personal business software package
48411000 Investment management software package Investment management and tax preparation software package
48480000 Sales, marketing and business intelligence software package Business transaction and personal business software package
48000000 Software package and information systems Computer and Related Services
48463000 Statistical software package Analytical, scientific, mathematical or forecasting software package
48412000 Tax preparation software package Investment management and tax preparation software package
48450000 Time accounting or human resources software package Business transaction and personal business software package
48217000 Transaction-processing software package Networking software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
expressionsofinterest@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.