HMRC: Payment Initiation and Account Information Services

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Payment Initiation and Account Information Services
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Restricted
Short Description: The Authority has identified a requirement for the provision of Payment Initiation and Account Information Services in order to enable our customers to pay us by bank transfer using a secure, simple and efficient process as currently, our bank transfer journey is non-automated. It is anticipated that during the term of the contract Account Information Services may be required to deliver enhanced and tailored financial services therefore interested suppliers must have the ability to provide both services from the outset. The maximum number of bidders that will progress to the award stage will be 10.
Published: 07/08/2020 15:13

View Full Notice

UK-London: Financial consultancy, financial transaction processing and clearing-house services.
Section I: Contracting Authority
      I.1) Name and addresses
             HMRC
             100 Parliament Street, Westminster, London, SW1A 2BQ, United Kingdom
             Tel. +44 3000520819, Email: ranjana.kapur@hmrc.gov.uk
             Contact: Ranjana Kapur
             Main Address: http://www.hmrc.gov.uk, Address of the buyer profile: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full 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: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
      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
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Payment Initiation and Account Information Services       
      Reference Number: SR388188658
      II.1.2) Main CPV Code:
      66170000 - Financial consultancy, financial transaction processing and clearing-house services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Authority has identified a requirement for the provision of Payment Initiation and Account Information Services in order to enable our customers to pay us by bank transfer using a secure, simple and efficient process as currently, our bank transfer journey is non-automated.
It is anticipated that during the term of the contract Account Information Services may be required to deliver enhanced and tailored financial services therefore interested suppliers must have the ability to provide both services from the outset.

The maximum number of bidders that will progress to the award stage will be 10.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      66170000 - Financial consultancy, financial transaction processing and clearing-house services.
      66110000 - Banking services.
      66133000 - Processing and clearing services.
      66172000 - Financial transaction processing and clearing-house services.
      48812000 - Financial information systems.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: HMRC is the UK’s tax, payments and customs authority. We collect the money that pays for the UK’s public services. Our strategic objectives to help us achieve this, and become a world-class organisation, are:
•Maximise Revenues and bear down on avoidance and evasion;
•Transform tax and payments for our customers; and
•Design and deliver a professional, efficient and engaged organisation.

Focussing on these objectives we want to use Payment Initiation Services to make it easy for our customers to pay us by bank transfer using a secure, simple and efficient process. Currently, our bank transfer journey is non-automated which can result in a high volume of customer errors which are resource intensive to rectify. By providing an innovative, well designed journey that can be populated with our numerous reference formats and HMRC bank accounts, with little effort from our customers, we believe we can encourage card payers to move to this more cost-effective method and subsequently reduce our payment associated costs significantly.

Account Information Services will enable us to access appropriate customers' transactional data to deliver enhanced and tailored financial services for HMRC. It is anticipated that the AISP service may be required at some stage during the contract term, as a result interested suppliers must be able to provide both PISP and AISP from the outset. Bidders must be registered and authorised by Financial Conduct Authority and certified by and enrolled with the Open Banking Implementation Entity (OBIE). The supplier will be expected to have connection to a high percentage of UK banks, at minimum the CMA9.

The service provider shall be able to:
cope with the HMRC's peaks throughout the year and increased volumes during the contract period;
implement delivery following Agile methods and within 6 weeks of award;
provide a customer service helpline (telephone service) to contact the Supplier directly, at any time.

The service provided shall be:
compatible and interchangeable with all mobile devices and operating systems and shall perform seamlessly with Buyer’s systems and / or applications;
available 24x7x365(366)

To participate please ensure you are registered at the link below as soon as possible at
http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email by return confirming the ‘registration process is now complete’ and providing you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made. Once you have obtained ‘your organization’s account ID’ number, please email ranjana.kapur@hmrc.gsi.gov.uk and e.procurement@hmrc.gov.uk before the closing date with your account ID number.
Once you have complied with the foregoing you will receive an e-mail confirming access to the procurement event.
Further information about HMRC’s procurement tool SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm

The maximum number of bidders that will progress to the award stage will be 10. The bidders taken through to the award stage will be assessed on experience and ability to perform the services. The bidders that are successful at the Selection stage will be invited to a supplier briefing day. The contract is for an initial 24 month period, with the option to extend for a further 12 month period.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical / Weighting: 15
            Quality criterion - Name: Management Activity / Weighting: 15
            Quality criterion - Name: Security / Weighting: 5
            Quality criterion - Name: Social Value / Weighting: 5
                        
            Price - Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Selection criteria as stated in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Authority wishes to establish a contract enabled for use by any UK government department listed in the Office for National Statistics (ONS) Public Sector Classification Guide, which is updated monthly and can be found at the following link:
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide       


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:          
      The Supplier shall be authorised by and registered with the Financial Conduct Authority.
The Supplier shall be certified by and enrolled with the Open Banking Implementation Entity (OBIE)    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 07/09/2020 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/09/2020       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) 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 total overall spend value provided in Section II.1.5) is only an estimate and may vary based on the uptake from our customers and the other organisations that may potentially use this contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=514056627
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue & Customs
       5th Floor West, Ralli Quays, Salford, M60 9LA, United Kingdom
       Internet address: http://www.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 07/08/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Financial consultancy, financial transaction processing and clearing-house services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       HMRC
       100 Parliament Street, Westminster, London, SW1A 2BQ, United Kingdom
       Tel. +44 3000520819, Email: ranjana.kapur@hmrc.gov.uk
       Contact: Ranjana Kapur
       Main Address: http://www.hmrc.gov.uk, Address of the buyer profile: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   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:
      Other activity: Direct and Indirect taxes

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Payment Initiation and Account Information Services            
      Reference number: SR388188658

      II.1.2) Main CPV code:
         66170000 - Financial consultancy, financial transaction processing and clearing-house services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Authority has identified a requirement for the provision of Payment Initiation and Account Information Services in order to enable our customers to pay us by bank transfer using a secure, simple and efficient process as currently, our bank transfer journey is non-automated.
It is anticipated that during the term of the contract Account Information Services may be required to deliver enhanced and tailored financial services therefore interested suppliers must have the ability to provide both services from the outset.

The maximum number of bidders that will progress to the award stage will be 10.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            66170000 - Financial consultancy, financial transaction processing and clearing-house services.
            66110000 - Banking services.
            66133000 - Processing and clearing services.
            66172000 - Financial transaction processing and clearing-house services.
            48812000 - Financial information systems.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: HMRC is the UK’s tax, payments and customs authority. We collect the money that pays for the UK’s public services. Our strategic objectives to help us achieve this, and become a world-class organisation, are:
•Maximise Revenues and bear down on avoidance and evasion;
•Transform tax and payments for our customers; and
•Design and deliver a professional, efficient and engaged organisation.

Focussing on these objectives we want to use Payment Initiation Services to make it easy for our customers to pay us by bank transfer using a secure, simple and efficient process. Currently, our bank transfer journey is non-automated which can result in a high volume of customer errors which are resource intensive to rectify. By providing an innovative, well designed journey that can be populated with our numerous reference formats and HMRC bank accounts, with little effort from our customers, we believe we can encourage card payers to move to this more cost-effective method and subsequently reduce our payment associated costs significantly.

Account Information Services will enable us to access appropriate customers' transactional data to deliver enhanced and tailored financial services for HMRC. It is anticipated that the AISP service may be required at some stage during the contract term, as a result interested suppliers must be able to provide both PISP and AISP from the outset. Bidders must be registered and authorised by Financial Conduct Authority and certified by and enrolled with the Open Banking Implementation Entity (OBIE). The supplier will be expected to have connection to a high percentage of UK banks, at minimum the CMA9.

The service provider shall be able to:
cope with the HMRC's peaks throughout the year and increased volumes during the contract period;
implement delivery following Agile methods and within 6 weeks of award;
provide a customer service helpline (telephone service) to contact the Supplier directly, at any time.

The service provided shall be:
compatible and interchangeable with all mobile devices and operating systems and shall perform seamlessly with Buyer’s systems and / or applications;
available 24x7x365(366)

To participate please ensure you are registered at the link below as soon as possible at
http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. As part of the registration process you will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email by return confirming the ‘registration process is now complete’ and providing you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made. Once you have obtained ‘your organization’s account ID’ number, please email ranjana.kapur@hmrc.gsi.gov.uk and e.procurement@hmrc.gov.uk before the closing date with your account ID number.
Once you have complied with the foregoing you will receive an e-mail confirming access to the procurement event.
Further information about HMRC’s procurement tool SAP Ariba, a Suppliers Guide and general information about supplying to HMRC is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm

The maximum number of bidders that will progress to the award stage will be 10. The bidders taken through to the award stage will be assessed on experience and ability to perform the services. The bidders that are successful at the Selection stage will be invited to a supplier briefing day. The contract is for an initial 24 month period, with the option to extend for a further 12 month period.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 15
      Quality criterion - Name: Management Activity / Weighting: 15
      Quality criterion - Name: Security / Weighting: 5
      Quality criterion - Name: Social Value / Weighting: 5
                  
      Price - Weighting: 60
            

      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
         

      II.2.14) Additional information: The Authority wishes to establish a contract enabled for use by any UK government department listed in the Office for National Statistics (ONS) Public Sector Classification Guide, which is updated monthly and can be found at the following link:
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2020/S 155-380454
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ecospend Technologies Limited, 11114967
             1 Bray Place, London, SW3 3LL, United Kingdom
             Internet address: https://www.ecospend.com/
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 3,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) 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 total value provided in Section II.1.7) and Section V.2.4) is the maximum total contract value and may vary based on the uptake from our customers and the other organisations that may potentially use this contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=564905343

   VI.4) Procedures for review

      VI.4.1) Review body
          HM Revenue & Customs
          5th Floor West, Ralli Quays, Salford, M60 9LA, United Kingdom
          Internet address: http://www.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/02/2021