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