HMRC has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Government Banking Service - Money Transmission Services |
Notice type: | Contract Notice |
Authority: | HMRC |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Government Banking Service 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 which has provided banking services to the public sector since 1836. The Government Banking Service’s core purposes are to 1) Hold the working balances of HM Government at the Bank of England, 2) To facilitate modern cost effective direct to bank money transmission services for its customers; and 3) To ensure timely and accurate reporting to HM Treasury to help improve Government Cash Management and reduce Government borrowing costs. Government Banking Service has a requirement to contract with long term strategic partners which can provide value-for-money money transmission services to its customers. Government Banking Service aims to contract with partners which are willing to develop knowledge, understand the needs of its customers and work with them to innovate on a whole range of payment activity for the benefit of the UK. The services will evolve rapidly over the proposed life of the framework agreement and the Government Banking Service partners will be required to provide flexible, sustainable solutions which help government achieve its ‘digital by default’ agenda. The partners will also be required to ensure government is well positioned to take advantage of the changing payment technology landscape. The procurement exercise is seeking to establish a pan government framework agreement for use by the UK public sector bodies at V1.3 below. Government Banking Service is seeking suppliers which can provide Money Transmission Services in respect of the following Lots: Lot 1: Banking and Financial Services - Bank A Lot 2: Banking and Financial Services - Bank B Lot 3: Bulk Foreign Exchange Services The required services are outlined in the sections below: "Information about lots". The intention is to award the framework agreement to more than one contractor; with a single contractor per Lot. For more information on the lots, please see II1.8. Tenderers must note that quantity, value and volumes under the framework agreement are not guaranteed and are indicative figures for information only. |
Published: | 09/06/2014 16:30 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
HM Revenue & Customs (HMRC)
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.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Contact: Michael Kellythorn, Attn: BAK-2014-GBS Money Transmission Services
Electronic Access URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Electronic Submission URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: Taxation
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Government Banking Service - Money Transmission Services
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 the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Number: 3
Duration of the framework agreement:
Duration in year(s): 7
Justification for a framework agreement the duration of which exceeds four years:
7 years is considered the minimum period required for bidders to obtain a return on their initial infrastructure and investment costs, given the scale of requirements and nature of security features that need to be incorporated for this significant cross-Government initiative.
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 120,000,000 and 210,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Banking services. Central bank services. Financial transaction processing and clearing-house services. Foreign exchange services. Treasury services. International payment transfer services. The Government Banking Service 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 which has provided banking services to the public sector since 1836.
The Government Banking Service’s core purposes are to 1) Hold the working balances of HM Government at the Bank of England, 2) To facilitate modern cost effective direct to bank money transmission services for its customers; and 3) To ensure timely and accurate reporting to HM Treasury to help improve Government Cash Management and reduce Government borrowing costs.
Government Banking Service has a requirement to contract with long term strategic partners which can provide value-for-money money transmission services to its customers.
Government Banking Service aims to contract with partners which are willing to develop knowledge, understand the needs of its customers and work with them to innovate on a whole range of payment activity for the benefit of the UK.
The services will evolve rapidly over the proposed life of the framework agreement and the Government Banking Service partners will be required to provide flexible, sustainable solutions which help government achieve its ‘digital by default’ agenda.
The partners will also be required to ensure government is well positioned to take advantage of the changing payment technology landscape.
The procurement exercise is seeking to establish a pan government framework agreement for use by the UK public sector bodies at V1.3 below. Government Banking Service is seeking suppliers which can provide Money Transmission Services in respect of the following Lots:
Lot 1: Banking and Financial Services - Bank A
Lot 2: Banking and Financial Services - Bank B
Lot 3: Bulk Foreign Exchange Services
The required services are outlined in the sections below: "Information about lots".
The intention is to award the framework agreement to more than one contractor; with a single contractor per Lot. For more information on the lots, please see II1.8.
Tenderers must note that quantity, value and volumes under the framework agreement are not guaranteed and are indicative figures for information only.
II.1.6)Common Procurement Vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer 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: Yes
If yes, tenders should be submitted for: One or more lots
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 upper ranges reflect the Contracting Authority’s choice to extend the framework agreement in line with II.2.2 below.
Estimated value excluding VAT:
Range between: 120,000,000 and 210,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The Contracting Authority may at its option require the framework agreement to continue in force after expiry of the initial term for up to three (3) successive periods of one (1) year. The option to extend for up to three (3) years is necessary to allow for potential organisational changes, technological developments and advancements, commercial circumstances, migration arrangements or any other transition circumstances. The option to extend is an option for the Contracting Authority only.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 1 to 3
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 36
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 84 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Banking and Financial Services - Bank A
1)Short Description:
The two main recipients of this service are HM Revenue and Customs and Driver and Vehicle Licensing Agency.
Lot 1 requires the following services:
> Accounts and Account Maintenance
> Electronic Banking Services
> Bacs Services including: Direct Credit Receipts, Direct Credit Origination, Direct Debit Origination, Direct Debit Payments
> CHAPS receipts and payments
> Cross Border receipts and payments
> Internal / Book Transfers
> Faster Payments (Receipts and Payments) including: Single Immediate Payments, Forward Dated Payments, Standing Orders
> Foreign Receipts and Payments
> Local Banking
> Bulk Cash/Cheque processing
> Cheques / Payable Orders Processing
> Treasury/Cash Management including pooling, sweeping and reporting
Plus, ancillary support relating to the provision of these services.
The list above is not exhaustive and services required may change throughout the lifetime of the framework agreement in accordance with Government Banking Service and its customers’ requirements and/or Payment Industry changes.
The Tenderer must be prepared to innovate and provide value-for-money by enabling Government Banking Service’s customers and the customers of those organisations, to make or receive payments using the most cost efficient method.
While HM Revenue and Customs and Driver and Vehicle Licensing Agency are the main recipients of Lot 1 services, the Lot itself is not exclusive. The Contracting Authority reserves the right to allow other Government Banking Service’s customers to access the Lot where there is operational and/or strategic fit.
2)Common Procurement Vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer services.
3)Quantity Or Scope: Not Provided
Value range between: 50,000,000 and 85,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
The upper ranges reflect the Contracting Authority’s choice to extend the framework agreement in line with II.2.2 above.
Lot No: 2
Title: Banking and Financial Services - Bank B
1)Short Description:
The recipients of this service include all other government departments, executive agencies, non-departmental public bodies, other Crown Bodies and other public sector bodies not covered by Lot 1. This includes Department for Work and Pensions, National Savings and Investments and Department of Health.
Lot 2 requires the following services:
> Accounts and Account Maintenance
> Electronic Banking Services
> Bacs Services including: Direct Credit Receipts, Direct Credit Origination , Direct Debit Origination, Direct Debit Payments
> CHAPS receipts and payments
> Cross Border receipts and payments
> Internal / Book Transfers
> Faster Payments (Receipts and Payments) including: Single Immediate Payments, Forward Dated Payments, Standing Orders
> Foreign Receipts and Payments
> Local Banking
> Bulk Cash/Cheque processing
> Cheques / Payable Orders / Warrants Processing
> Treasury/Cash Management including pooling, sweeping and reporting
Plus, ancillary support relating to the provision of these services.
The list above is not exhaustive and services required may change throughout the lifetime of the framework agreement in accordance with Government Banking Service and its customers’ requirements and/or Payment Industry changes.
The Tenderer must be prepared to innovate and provide value-for-money by enabling Government Banking Service’s customers and the customers of those organisations, to make or receive payments using the most cost efficient method.
2)Common Procurement Vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer services.
3)Quantity Or Scope: Not Provided
Value range between: 65,000,000 and 110,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
The upper ranges reflect the Contracting Authority’s choice to extend the framework agreement in line with II.2.2 above.
Lot No: 3
Title: Bulk Foreign Exchange Services
1)Short Description:
The service required involves making large numbers of regular, low value foreign payments such as pension or salary payments to recipients overseas using standard settlement instructions
The payments will be initiated in sterling via a bulk file upload for end delivery in the specified foreign currency. The successful partner must be able to demonstrate their capability to access local banking systems globally to provide efficient, secure and cost effective payment methods e.g. automated clearing house facilities or equivalent.
The predominant user of this service is the Department for Work and Pensions in their function of remitting overseas pensions payments. The Contracting Authority reserves the right to allow other Government Banking Service customers to access the Lot where there is operational and/or strategic fit.
2)Common Procurement Vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer services.
3)Quantity Or Scope: Not Provided
Value range between: 5,000,000 and 15,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
The upper ranges reflect the Contracting Authority’s choice to extend the framework agreement in line with II.2.2 above.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance bonds, bank guarantees or parent company guarantees may be required.
Further details will be given in the contract documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made in accordance with the framework agreement.
Further details will be given in the contract documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a consortium bid is awarded a contract, the consortium will be required to form a legal entity before entering into the contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Any contract awarded will be subject to the Contracting Authority’s terms and conditions.
Any contract awarded will be subject to the contractor successfully fulfilling the requirements as laid down by the Government Security Accreditor. The assessment of these requirements will extend throughout the procurement process.
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 may 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 VI.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 opportunity, 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 similar financial statements or information; 2) statement of turnover in respect of the required goods and/or service only; and 3) details of Public Liability and Employers 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) 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; 2) information relating to compliance with Health & Safety, Equalities and Environmental legislation; and 3) 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.
It is a minimum requirement for Tenderers to satisfy Government Security Accreditation requirements. Each Tenderer’s approach to Security will be assessed in the PQQ stage.
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
It is a minimum requirement for Tenderers to be currently registered with, and regulated by, the UK Financial Conduct Authority / Prudential Regulatory Authority.
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 and maximum number: 20
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.
HMRC anticipates inviting to tender up to 20 suitably qualified, experienced Tenderers.
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: Yes
If yes, additional information about electronic auction
It is not envisaged that an electronic auction will be used; however the Contracting Authority reserves the right to use electronic auctions in the main tendering process.
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: BAK-2014-GBS Money Transmission Services PQQ
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2013/S 93 - 158558 of 15/05/2013
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/07/2014
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: Yes
Estimated timing for further notices to be published: Prior to expiry of the primary period or expiry of an extension to the framework agreement.
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 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: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement.
Economic operators intending to submit an expression of interest must send an email to “e.procurement@hmrc.gsi.gov.uk”. This email should be entitled “BAK-2014-GBS Money Transmission Services PQQ" and must contain the following details: contact email address; contact name; company name and contact telephone number. In the event that an economic operator wishes to secure access for more than one individual in their organisation, they should include the above details for each additional nominee.
For the avoidance of doubt, expressions of interest received to the Banking and Financial Services Prior Information Notice (PIN) 2013/S 093-158558 of 15.05.2013 will not be carried forward. Bidders must expressly respond to this Contract Notice if they wish to gain access to the PQQ.
Economic operators who have complied with the foregoing will receive details of how to access the online PQQ. (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 inbox) notifying non-receipt and confirming when the request for access was first made).
Online PQQs must be fully completed no later than 12:00 on 09.07.2014. 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 Contracting Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the eSourcing tool. This will then allow the Contracting Authority 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 framework 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 Contracting 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.
The Contracting Authority intends that under this framework agreement, the services will be made available for purchase by it on behalf of all other government departments, executive agencies, non-departmental public bodies, other Crown Bodies and other public sector bodies and organisations found at the following link. https://www.gov.uk/government/organisations.
Notwithstanding the foregoing, an organisation’s access to the contract will be determined by the Contracting Authority and access will be granted on a case by case basis. This access includes private third parties which process Exchequer funds on behalf of Government Banking Service’s customers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79675940
GO-201469-PRO-5730119 TKR-201469-PRO-5730118
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587722
Body responsible for mediation procedures:
HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Tel. +44 3000587722
VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: the Contracting Authority 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 Contracting 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 applicable
VI.5) Date Of Dispatch Of This Notice: 09/06/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Government Banking Service
100 Parliament Street, Westminster, London, SW1A 2BQ, United Kingdom
View any Notice Addenda
UK-Salford: Banking services.
Section I: Contracting Authority
Title: UK-Salford: Banking services.
I.1)Name, Addresses And Contact Point(s)
HM Revenue & Customs (HMRC)
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.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Contact: Michael Kellythorn, Attn: BAK-2014-GBS Money Transmission Services
I.2)Type Of Purchasing Body
Contracting authority
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Government Banking Service - Money Transmission Services
II.1.2)Short description of the contract or purchase:
Banking services. Central bank services. Financial transaction processing and clearing-house services. Foreign exchange services. Treasury services. International payment transfer services. The Government Banking Service 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 which has provided banking services to the public sector since 1836.
The Government Banking Service’s core purposes are to 1) Hold the working balances of HM Government at the Bank of England, 2) To facilitate modern cost effective direct to bank money transmission services for its customers; and 3) To ensure timely and accurate reporting to HM Treasury to help improve Government Cash Management and reduce Government borrowing costs.
Government Banking Service has a requirement to contract with long term strategic partners which can provide value-for-money money transmission services to its customers.
Government Banking Service aims to contract with partners which are willing to develop knowledge, understand the needs of its customers and work with them to innovate on a whole range of payment activity for the benefit of the UK.
The services will evolve rapidly over the proposed life of the framework agreement and the Government Banking Service partners will be required to provide flexible, sustainable solutions which help government achieve its ‘digital by default’ agenda.
The partners will also be required to ensure government is well positioned to take advantage of the changing payment technology landscape.
The procurement exercise is seeking to establish a pan government framework agreement for use by the UK public sector bodies at V1.3 below. Government Banking Service is seeking suppliers which can provide Money Transmission Services in respect of the following Lots:
Lot 1: Banking and Financial Services - Bank A
Lot 2: Banking and Financial Services - Bank B
Lot 3: Bulk Foreign Exchange Services
The required services are outlined in the sections below: "Information about lots".
The intention is to award the framework agreement to more than one contractor; with a single contractor per Lot. For more information on the lots, please see II1.8.
Tenderers must note that quantity, value and volumes under the framework agreement are not guaranteed and are indicative figures for information only.
II.1.3)Common procurement vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: BAK-2014-GBS Money Transmission Services PQQ
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2014 - 137110
IV.2.3)Notice to which this publication refers
Notice number in OJ: 2014/S 113 - 199009 of 09/06/2014
IV.2.4)Date of dispatch of the original Notice: 09/06/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Additional Information
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice:
Place of text to be added: Section II.1.5) Short description of the contract or purchase(s)
Text to be added: Applicants invited to tender will be able to submit bids for any combination of the Lots although it will not be possible for a single Tenderer to be awarded Lot 1 and Lot 2. Lots will be awarded to a maximum of 3 Tenderers or a minimum of 2. In the event that a Tenderer scores highest in Lots 1 and 2, the Contracting Authority reserves the right to award either Lot 1 or Lot 2 to the Tenderer in second place. It is possible for a Tenderer awarded either Lot 1 or 2 to also be awarded Lot 3.
VI.4)Other additional information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=103954755
GO-2014625-PRO-5766501 TKR-2014625-PRO-5766500
VI.5)Date of dispatch: 25/06/2014
Government Banking Service - Money Transmission Services
UK-Salford: Banking services.
Section I: Contracting Authority
Title: UK-Salford: Banking services.
I.1)Name, Addresses And Contact Point(s)
HM Revenue & Customs (HMRC)
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.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Contact: Michael Kellythorn, Attn: BAK-2014-GBS Money Transmission Services
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Government Banking Service - Money Transmission Services
II.1.2)Short description of the contract or purchase:
Banking services. Central bank services. Financial transaction processing and clearing-house services. Foreign exchange services. Treasury services. International payment transfer services. The Government Banking Service 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 which has provided banking services to the public sector since 1836.The Government Banking Service’s core purposes are to 1) Hold the working balances of HM Government at the Bank of England, 2) To facilitate modern cost effective direct to bank money transmission services for its customers; and 3) To ensure timely and accurate reporting to HM Treasury to help improve Government Cash Management and reduce Government borrowing costs.Government Banking Service has a requirement to contract with long term strategic partners which can provide value-for-money money transmission services to its customers. Government Banking Service aims to contract with partners which are willing to develop knowledge, understand the needs of its customers and work with them to innovate on a whole range of payment activity for the benefit of the UK.The services will evolve rapidly over the proposed life of the framework agreement and the Government Banking Service partners will be required to provide flexible, sustainable solutions which help government achieve its ‘digital by default’ agenda.The partners will also be required to ensure government is well positioned to take advantage of the changing payment technology landscape. The procurement exercise is seeking to establish a pan government framework agreement for use by the UK public sector bodies at V1.3 below. Government Banking Service is seeking suppliers which can provide Money Transmission Services in respect of the following Lots:Lot 1: Banking and Financial Services - Bank ALot 2: Banking and Financial Services - Bank BLot 3: Bulk Foreign Exchange ServicesThe required services are outlined in the sections below: "Information about lots".The intention is to award the framework agreement to more than one contractor; with a single contractor per Lot. For more information on the lots, please see II1.8.Tenderers must note that quantity, value and volumes under the framework agreement are not guaranteed and are indicative figures for information only.
II.1.3)Common procurement vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: BAK-2014-GBS Money Transmission Services PQQ
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2014 - 137110
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 09/06/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: II.1.9)Information about variants
Instead of: Variants will be accepted: no
Read: Variants will be accepted: yes
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
HMRC is using an eSourcing (eTendering) tool 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: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement. Economic operators intending to submit an expression of interest must send an email to “e.procurement@hmrc.gsi.gov.uk”. This email should be entitled “BAK-2014-GBS Money Transmission Services PQQ" and must contain the following details: contact email address; contact name; company name and contact telephone number. In the event that an economic operator wishes to secure access for more than one individual in their organisation, they should include the above details for each additional nominee.For the avoidance of doubt, expressions of interest received to the Banking and Financial Services Prior Information Notice (PIN) 2013/S 093-158558 of 15.05.2013 will not be carried forward. Bidders must expressly respond to this Contract Notice if they wish to gain access to the PQQ. Economic operators who have complied with the foregoing will receive details of how to access the online PQQ. (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 inbox) notifying non-receipt and confirming when the request for access was first made). Online PQQs must be fully completed no later than 12:00 on 09.07.2014. 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 Contracting Authority if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the eSourcing tool. This will then allow the Contracting Authority 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 framework 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 Contracting 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.The Contracting Authority intends that under this framework agreement, the services will be made available for purchase by it on behalf of all other government departments, executive agencies, non-departmental public bodies, other Crown Bodies and other public sector bodies and organisations found at the following link. https://www.gov.uk/government/organisations. Notwithstanding the foregoing, an organisation’s access to the contract will be determined by the Contracting Authority and access will be granted on a case by case basis. This access includes private third parties which process Exchequer funds on behalf of Government Banking Service’s customers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=111171937
GO-2014828-PRO-5960207 TKR-2014828-PRO-5960206
VI.5)Date of dispatch: 28/08/2014
View Award Notice
Section I: Contracting Authority
Title: UK-Salford: Banking services.
I.1)Name, Addresses and Contact Point(s):
HM Revenue & Customs (HMRC)
5th Floor West Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Fax. +44 3000588482, Email: ian.gardner@hmrc.gsi.gov.uk, URL: www.hmrc.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Contact: Ian Gardner, Attn: BAK-2014-GBS Money Transmission Services
Electronic Access URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
Electronic Submission URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
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: Taxation
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Government Banking Service - Money Transmission Services
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 the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Banking services. Central bank services. Financial transaction processing and clearing-house services. Foreign exchange services. Treasury services. International payment transfer services. The Government Banking Service 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 which has provided banking services to the public sector since 1836.The Government Banking Service’s core purposes are to 1) Hold the working balances of HM Government at the Bank of England, 2) To facilitate modern cost effective direct to bank money transmission services for its customers; and 3) To ensure timely and accurate reporting to HM Treasury to help improve Government Cash Management and reduce Government borrowing costs.The services will evolve rapidly over the proposed life of the framework agreement and the Government Banking Service partners will be required to provide flexible, sustainable solutions which help government achieve its ‘digital by default’ agenda.
The partners will be required to ensure government is well positioned to take advantage of the changing payment technology landscape. The contracts awarded provide a pan government framework agreement for use by the UK public sector bodies detailed in the Contract Notice. Government Banking Service suppliers will provide Money Transmission Services in respect of the following Lots:
Lot 1: Banking and Financial Services - Bank A
Lot 2: Banking and Financial Services - Bank B
Lot 3: Bulk Foreign Exchange Services
The framework agreement is being awarded to a single contractor per Lot.
II.1.5)Common procurement vocabulary:
66110000 - Banking services.
66111000 - Central bank services.
66172000 - Financial transaction processing and clearing-house services.
66180000 - Foreign exchange services.
66600000 - Treasury services.
66115000 - International payment transfer 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: 78,500,000
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
Cost Effectiveness - ALL LOTS - 40
Implementation - ALL LOTS - 20
Security - ALL LOTS - 15
Technical Merit Bulk Foreign Exchange - LOT 3 ONLY - 15
Technical Merit Lot 1 Specific - LOT 1 ONLY - 10
Technical Merit Lot 2 Specific - LOT 2 ONLY - 10
Technical Merit Generic Bank Requirements - LOTS 1 AND 2 ONLY - 5
Government Banking Service Core Requirements - LOTS 1 AND 2 ONLY - 5
Sustainability - ALL LOTS - 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-2014-GBS Money Transmission Services
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2013/S 93 - 158558 of 15/05/2013
Contract notice
Notice number in OJ: 2014/S 113 - 199009 of 14/06/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 790-1
Lot Number: 1
Title: Banking and Financial Services - Bank A
V.1)Date Of Contract Award: 27/02/2015
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: Barclays Bank PLC
Postal address: 1 Churchill Place, Canary Wharf
Town: London
Postal code: E14 5HP
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 5,500,000
Currency: GBP
If annual or monthly value:
Number of years: 7
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: 790-2
Lot Number: 2
Title: Banking and Financial Services - Bank B
V.1)Date Of Contract Award: 27/02/2015
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: The Royal Bank of Scotland Plc
Postal address: 36 St Andrew Square
Town: Edinburgh
Postal code: EH2 2YB
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 5,000,000
Currency: GBP
If annual or monthly value:
Number of years: 7
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: 790-3
Lot Number: 3
Title: Bulk Foreign Exchange Services
V.1)Date Of Contract Award: 27/02/2015
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Citibank N.A., London Branch
Postal address: Citigroup Centre, Canada Square, Canary Wharf
Town: London
Postal code: E14 5LB
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 715,000
Currency: GBP
If annual or monthly value:
Number of years: 7
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:
The framework agreement resulting from the Invitation to Tender is considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Contracting Authority intends that under this framework agreement, the services will be made available for purchase by it on behalf of all other government departments, executive agencies, non-departmental public bodies, other Crown Bodies and other public sector bodies and organisations found at the following link. https://www.gov.uk/government/organisations. Notwithstanding the foregoing, an organisation’s access to the contract will be determined by the Contracting Authority and access will be granted on a case by case basis. This access includes private third parties which process Exchequer funds on behalf of Government Banking Service’s customers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=134059806
GO-2015429-PRO-6559758 TKR-2015429-PRO-6559757
VI.3.1)Body responsible for appeal procedures:
HMRC
5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
Body responsible for mediation procedures:
See VI.3.1
United Kingdom
VI.3.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: the Contracting Authority incorporated a minimum 10 calendar day standstill period at the time the award of the contract was communicated to Tenderers. This period allowed unsuccessful Tenderers to seek further debriefing from the Contracting Authority before the contract was entered into. Any additional information should be requested from the address at VI.3.1. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages
VI.3.3)Service from which information about the lodging of appeals may be obtained:
See VI.3.1
VI.4)Date Of Dispatch Of This Notice: 29/04/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Government Banking Service
100 Parliament Street, Westminster, London, SW1A 2BQ, United Kingdom