HMRC: GRACE (Government Reporting & Cash Management Environment)

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: GRACE (Government Reporting & Cash Management Environment)
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Negotiated
Short Description: Government Banking Service (GBS) require a Financial Transaction Reporting (FTR) solution that can report intraday position data using transactional data which is used to supply HM Treasury with key financial information, allowing them to effectively deliver government cash management objectives. GBS require a solution that can capture and consolidate data for multiple entities (i.e. The Government Departments bank accounts) and return the information in a format acceptable to GBS and HMT. The solution must be banking industry standard, scalable, flexible, easy to maintain and must have the ability to debt and credit customers’ accounts using various file uploads. Additionally, it must have the ability to ‘zero’ customer accounts, GBS currently utilises a SWIFT bureau and continues to require this method of connecting to the banks
Published: 06/02/2020 12:55

View Full Notice

UK-Salford: Treasury services.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs
             5th Floor West, Ralli Quays, Salford, M60 9LA, United Kingdom
             Tel. +44 788320722, Email: james.power1@hmrc.gov.uk
             Contact: James Power
             Main Address: www.gov.uk, Address of the buyer profile: www.gov.uk
             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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.hmrc.gov.uk/about/supplying.htm
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.hmrc.gov.uk/about/supplying.htm 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:
      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: GRACE (Government Reporting & Cash Management Environment)       
      Reference Number: SR131673967
      II.1.2) Main CPV Code:
      66600000 - Treasury services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Government Banking Service (GBS) require a Financial Transaction Reporting (FTR) solution that can report intraday position data using transactional data which is used to supply HM Treasury with key financial information, allowing them to effectively deliver government cash management objectives. GBS require a solution that can capture and consolidate data for multiple entities (i.e. The Government Departments bank accounts) and return the information in a format acceptable to GBS and HMT. The solution must be banking industry standard, scalable, flexible, easy to maintain and must have the ability to debt and credit customers’ accounts using various file uploads. Additionally, it must have the ability to ‘zero’ customer accounts, GBS currently utilises a SWIFT bureau and continues to require this method of connecting to the banks       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,250,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      66600000 - Treasury services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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 & 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 - Name: Social, Environmental & Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Management Activity / Weighting: 15
            Quality criterion - Name: Security Management / Weighting: 10
            Quality criterion - Name: Technical Merit / Weighting: 40
                        
            Cost criterion - Name: Implementation/ Running Costs / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,250,000       
      Currency: 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
            / Maximum number: 6       
      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 & 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             
      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: Not provided       


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:          
      Not Provided       
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: 2019/S 175 - 426347       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 05/03/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/03/2020       
      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: Yes    
   Estimated timing for further notices to be published: 48 months
   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 deadline for submission of requests to participate in the tender exercise will be 06/03/2020, that being 30 days following the publication of this Contract Notice. The Authority intends to use the Competitive Procedure with Negotiation process and details of the Minimum Requirements are provided within the specification, GBS reserve the right not to hold a negotiation phase following submission of initial tenders should the initial bids be acceptable and it be deemed unnecessary. Economic Operators wishing to review the documentation and complete the Selection stage questions in order to submit an Request to Participate will need to obtain access to the HMRC eSourcing tool, SAP Ariba as follows.

HMRC uses an HMRC instance of SAP Ariba Sourcing Pro (thereafter referred to as HMRC's SAP Ariba) and this must be used to express an interest and/or bid for the opportunity. (Further information about HMRC's SAP Ariba is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm) Economic operators who have used HMRC's SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid multiple registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email for assistance sapariba.hmrcsupport@hmrc.gsi.gov.uk.

Economic operators using HMRC's SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (You must ensure that you are directed to the registration page for HMRC's SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser). 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 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.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.

When you have obtained 'your account ID' number, please email James.power1@hmrc.gov.uk with the following information as confirmation that you wish to express an interest and/or bid for the opportunity.
The contract reference: MFA SR131673967
Your HMRC SAP Ariba account ID: AN
Your organisation's name:
Your name:
Your email address:
Your telephone number:
Economic operators who have complied with the foregoing will receive an e-mail confirming access to the online questionnaires. If access is not provided within one working day, please contact james.power1@hmrc.gov.uk notifying non-receipt and confirming when your request for access to the online questionnaires was first made
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=461426649
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue & Customs
       5th Floor West, Ralli Quays, Salford, M60 9LA, United Kingdom
       Tel. +44 7788320722
       Internet address: www.hmrc.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: 06/02/2020

Annex A


View any Notice Addenda

View Award Notice