Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Financial Planning, Forecasting and Budgeting Solution |
Notice type: | Contract Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | FSCS is looking to procure a new Financial Planning, Forecasting and Budgeting solution. The new solution would support the business to do the following: •Prepare regular forecasts and annual budgets of all cost and revenue accounts in a simple and easily updatable manner; •Prepare regular forecasts of non-financial information e.g. headcount and claims volumes; •Monitor actuals against budget and forecasts enabling management to easily identify, understand and report variances; •Allocation of costs (actuals and forecast) to several categories e.g. for activity-based costing analysis and to various funding categories for levy calculations; and •Report to senior management, Board and externally. The contract with the successful provider will include licences, the design and implementation of the solution together with the annual support and maintenance. |
Published: | 09/09/2022 14:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758194, Email: Procurement@fscs.org.uk
Main Address: https://www.fscs.org.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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./MVKKQHDX46
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Financial Planning, Forecasting and Budgeting Solution
Reference Number: FSCS419
II.1.2) Main CPV Code:
48000000 - Software package and information systems.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: FSCS is looking to procure a new Financial Planning, Forecasting and Budgeting solution.
The new solution would support the business to do the following:
•Prepare regular forecasts and annual budgets of all cost and revenue accounts in a simple and easily updatable manner;
•Prepare regular forecasts of non-financial information e.g. headcount and claims volumes;
•Monitor actuals against budget and forecasts enabling management to easily identify, understand and report variances;
•Allocation of costs (actuals and forecast) to several categories e.g. for activity-based costing analysis and to various funding categories for levy calculations; and
•Report to senior management, Board and externally.
The contract with the successful provider will include licences, the design and implementation of the solution together with the annual support and maintenance.
II.1.5) Estimated total value:
Value excluding VAT: 1,150,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The objectives of the solution are:
•All budgeting and forecasting to be undertaken directly within the solution:
oCosts and revenues - management expenses, project costs, compensation costs, levy and recoveries income;
oNon-P&L items including claims volumes; and
oHeadcount/FTE and contractors.
•All associated reporting to be produced from the solution.
•Actuals for all items listed to be automatically and regularly loaded into the solution to support the budgeting and forecasting process and enable variance analysis.
•The solution must be easy to use:
oFSCS requires a solution that is logical and would be readily manageable for input and parameterisation by Finance and Accounting staff. These are expected to be at a semi-professional level and therefore numerate and skilled to intermediate excel proficiency as a minimum and will understand accounting concepts. We would not expect them to have SQL skills, but it is anticipated that the skill level can be called upon from the business in exceptional cases.
•The solution must be flexible and be able to quickly reflect any changes to requirements. For example, the solution must easily allow for any changes or additions to any organisational structures, ABC categories, funding classes, claims products, account lines or cost centres.
•Ability to view real time information – including any cost allocations - once updates and changes are made to budgets and forecasts.
•Budget holders to be able to access the solution with restricted access based on their individually defined cost centres. Budget holders to be able to view latest forecasts and real time access to transactions.
•There will be approximately, not limited to:
o10 full users. These include Finance Team users, who will have full access to the system (Read, Create, Update and Delete) to the data, models, users, configuration, etc.
o3 support users. These will be IT support users, who would have full access (Read, Create, Update and Delete) but to only data and user/admin functions.
o37 read-only users. This includes Budget holders – who will only require access to view data and run report.
•Cost allocations – the solution must be able to perform allocations of actual and budget/forecast data based on defined drivers that may not remain static (e.g., YTD headcount and claims volumes) throughout the year.
•Scenario planning – to have a separate module or area in the solution where various alternate scenarios can be modelled and does not impact the current forecasts and budgets.
•Administration of the solution should be able to be performed circa 80% in-house, once fully implemented. Administration comprises activities such as creating new cost centres, changes to organisational structure, amending user access, amending controllable and volume driven cost classifications, funding classes, claims products and amend calculations.
•Must be able to upload data daily from the ledger system (currently SunSystems), to include full P&L and balance sheet.
•Must be able to upload prescribed system data to the Data Warehouse and have the ability to load data back into the Data Warehouse also.
•Must have a facility to provide confidence that the data loaded into the system is complete and accurate, whether through reconciliation or other means.
•The solution must be adaptable for potential future changes in the systems that it integrates with e.g., Data warehouse or change of Finance systems or other data feeds and possibly move to a more API (Application Programming Interface) based connector.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,150,000
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: Yes
Description of renewals: This includes the option to extend for a further period of 2 years and then subsequent two 12- month contract extensions.
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 estimated value of the contract includes the initial term in addition all extension options
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.2.2) 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 OPEN
IV.1.1) Type of procedure: Open
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.1.6) 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: 28/10/2022 Time: 14:00
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
IV.2.7) Conditions for opening of tenders:
Date: 28/10/2022
Time: 14:00
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./MVKKQHDX46
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MVKKQHDX46
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Strand, London, United Kingdom
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: 09/09/2022
Annex A