HMRC: Financial Transaction Reporting System

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Financial Transaction Reporting System
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Restricted
Short Description: HMRC are conducting an exercise to procure a Financial Transaction Reporting System, which will deliver the quality and timeliness of information flow on Government finances using a banking industry solution. This solution must be scalable, flexible and adaptable to any future industry changes and have an indirect connectivity to SWIFT. In addition it must be able to consolidate balances for multiple entities and return the information in a usable format.
Published: 08/08/2013 17:26

View Full Notice

UK-Salford: Financial information systems.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      HM Revenue & Customs, Commercial Directorate
      5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 1618270219, Fax. +44 1618270270, Email: steve.walton@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
      Contact: Stephen Walton, Attn: Stephen Walton

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Economic and Financial Affairs
      Other: Direct and Indirect taxes

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Financial Transaction Reporting System
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 6

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Financial information systems. Banking services. Central bank services. Treasury services. HMRC are conducting an exercise to procure a Financial Transaction Reporting System, which will deliver the quality and timeliness of information flow on Government finances using a banking industry solution. This solution must be scalable, flexible and adaptable to any future industry changes and have an indirect connectivity to SWIFT. In addition it must be able to consolidate balances for multiple entities and return the information in a usable format.
         
      II.1.6)Common Procurement Vocabulary:
         48812000 - Financial information systems.
         
         66110000 - Banking services.
         
         66111000 - Central bank services.
         
         66600000 - Treasury services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Government Banking Service (GBS) was established in April 2008 and is the banking shared service provider to government and the wider public sector. It is part of HM Revenue & Customs and incorporates the Office of HM Paymaster General (OPG) who had provided banking services to the public sector since 1836.

The Government Banking Service (GBS) core purposes are to 1) Hold the working balances of HMG at the Bank of England, 2) To facilitate modern cost effective direct to bank money transmission services for it's customers; and 3) To ensure timely and accurate reporting to HM Treasury to help improve Government Cash Management and reduce Government borrowing costs.

To support and facilitate planned organisational change, GBS has a requirement to procure a Financial Transaction Reporting System. The service must maintain the current quality, accuracy, timeliness and security of information flow on Government finances but also facilitate innovation by providing Government with the flexibility to improve reporting requirements to reflect industry and future organisational change. When introducing innovative new service, the supplier must demonstrate that the tariffs/costs offer value for money by providing independent verifiable benchmarking data. The solution must use a mature tried and tested banking industry solution via a bank sponsored Swift bureau.

Any solution must be able to consolidate balances for multiple entries and return the information in a useable format. The solution must be scalable and adaptable, capable of combining multiple data feeds from different financial institutions and presenting the outputs in a user friendly, customisable format.         
         Estimated value excluding VAT: 3,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The Contract period is anticipated to commence January 2014 and will be for an initial term of 60 months, with the option to extend for a further 12 months.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)


Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability. No special legal form is required, but each supplier will be required to become jointly severally liable for the contract before acceptance.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As referred to in Section VI.3, expressions of interest must be in the form of a completed Pre-Qualification Questionnaire, General eligibility and suitability to be invited to tender will be considered and applicants will therefore be required to provide a statement within an online Pre-Qualification Questionnaire as to whether any of the circumstances (relating to mandatory and discretional grounds for exclusion) described in Regulation 23 of the Public Contracts Regulations 2006 apply. Revenue compliance checks will be undertaken throughout the tendering exercise using (where applicable) information from HMRC's own records. UK applicants will be required to provide their tax reference numbers : i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self Assessment reference, as applicable. Overseas or non-UK applicants will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. Applicants unable to demonstrate an acceptable revenue compliance record be excluded from tendering or from further participation in the tendering exercise. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate. Information may also be required in respect of sub-contractors who will prospectively be performing core or major elements of the requirement      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As referred to in Section V1.3, expressions of interest must be in the form of a completed Pre-Qualification Questionnaire. Actual requirements will vary depending on the particular requirement or contractual authority, but as a minimum the questionnaire will request the following information: 1) audited accounts (to include balance sheet and statement of profit and loss) and/or service only; and 3) details of Public Liability Insurance (as applicable) and other relevant insurances. If a company is a subsidiary, a member of a group or a consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As referred to in Section VI.3, expressions of interest must be in the form of a completed Pre-Qualification Questionnaire. This will (as a minimum) normally request the following information: 1) details of the principal business areas(s) in which the company is engaged and its structure, site locations and facilities; 2) evidence of previous relevant experience in the last 3 years, demonstrating capacity and ability to provide the required goods and/or services, inclusive of dates, size/value of contract and customer address/contact names for reference purposes; 3) details of quality systems in place, including (if applicable) details and copy certification relating to formal accreditation held, such as BS, ISO or equivalent; 4) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and 5) a list of professional associations or trade bodies to which your organisation or individuals in your organisation belong. If a company is a subsidiary, a member of a group or consortia, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate.         
         Minimum Level(s) of standards possibly required:
         It is a minimum requirement for Tenderers to be currently registered with, and regulated by, the UK Financial Conduct Authority / Prudential Regulatory Authority. If a Tenderer is not directly registered, they will be required to provide proof of sponsorship from a registered organisation.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Applicants to be invited to tender will be selected on the basis of their response to the online Pre-Qualification Questionnaire and the selection criteria referred to above.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: BAK-2013-GBS Financial Transaction Reporting System PQQ      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 09/09/2013
      Time-limit for receipt of requests for documents or for accessing documents: 00:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 17/09/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: HMRC is using an eSourcing (eTendering) tool or application for this procurement. Consequently, expressions of interest are to be submitted via an online Pre-Qualification Questionnaire (PQQ). Information about the e-Sourcing application and about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm. Economic operators intending to submit an expression of interest must send an email to e.procurement@hmrc.gsi.gov.uk any time up to, but no later than 12:00 on 9th September, 2013.
This email should be entitled "Financial Transaction Reporting Tool" and must contain the following details: contact email address; contact name; company name and contact telephone number.
Economic operators who have complied with the foregoing will receive details of how to access the online Pre-Qualification Questionnaire. (If an email response from HMRC is not received within one working day of your request, please re-contact “e.procurement@hmrc.gsi.gov.uk” (after first checking your spam in-box) notifying non-receipt and confirming when the request for access was first made). Online PQQs must be fully completed (and any associated hard-copy documents received by HMRC) no later than 12.00 on 17th September, 2013. Expressions of interest/PQQs not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online PQQ, please notify the Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the eSourcing application. This will then allow HMRC to agree with you an appropriate format for you to view and respond to the requirements). All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Awarding Authority does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=69884560
GO-201388-PRO-5022133 TKR-201388-PRO-5022132
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: HMRC will incorporate a minimum 10 calendar day standstill period at the time the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address at I.1. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 08/08/2013

ANNEX A
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      HM Revenue & Customs
      Commercial Directorate, 5W Ralli Quays, Salford, United Kingdom
      Email: e.procurement@hmrc.gsi.gov.uk
      Attn: eProcurement Team

View any Notice Addenda

View Award Notice

UK-Salford: Financial information systems.

Section I: Contracting Authority
   Title: UK-Salford: Financial information systems.
   I.1)Name, Addresses and Contact Point(s):
      HM Revenue & Customs, Commercial Directorate
      5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
      Tel. +44 3000587722, Fax. +44 3000588482, Email: michael.kellythorn@hmrc.gsi.gov.uk, URL: www.hmrc.gsi.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
      Contact: Michael Kellythorn, Attn: Michael Kellythorn

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Direct and Indirect taxes

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: BAK-2013-GBS Financial Transaction Reporting System      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 6
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
                   The notice involves contract(s) based on a dynamic purchasing system         
      II.1.4)Short description of the contract or purchase(s):
         Financial information systems. Banking services. Central bank services. Treasury services. A Financial Transaction Reporting System, which will deliver the quality and timeliness of information flow on Government finances using a banking industry solution. This solution will be scalable, flexible and adaptable to any future industry changes and have an indirect connectivity to SWIFT. In addition it will be able to consolidate balances for multiple entities and return the information in a usable format.
      II.1.5)Common procurement vocabulary:
         48812000 - Financial information systems.
         66110000 - Banking services.
         66111000 - Central bank services.
         66600000 - Treasury services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 3,000,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Technical Merit - 40
         Cost Effectiveness - 30
         Implementation - 15
         Security - 10
         Strategic Requirements - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: BAK-2013-GBS Financial Transaction Reporting System ITT         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 155 - 270790 of 10/08/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 470

      V.1)Date Of Contract Award: 08/04/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: HSBC Bank plc
         Postal address: 8 Canada Square
         Town: London
         Postal code: E14 5HQ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 3,000,000
            Currency: GBP

         Total final value of the contract
            Value: 3,000,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=91105213
GO-201457-PRO-5654435 TKR-201457-PRO-5654434   
   VI.3.1)Body responsible for appeal procedures:
      Please see VI.3.2
   VI.3.2)Lodging of appeals: Any additional information should be requested from the address at I.1.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 07/05/2014