Award

Managed finance services

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 2 releases in its history.

Award

22 Feb 2023 at 15:41

Award

25 Jul 2022 at 14:33

Summary of the contracting process

The Foreign Commonwealth and Development Office has awarded a contract for Managed Finance Services to BAE SYSTEMS APPLIED INTELLIGENCE LIMITED. This contract involves the provision of managed finance services to the Authority's Information and Digital Directorate. The procurement stage was completed under a limited procurement method, with the contract valued at £2,851,980. The contract was signed on 14th February 2023, and the delivery address is in the UK.

This tender for Managed Financial Services presents an opportunity for businesses in the financial consultancy and transaction processing services sector. The Authority has highlighted the importance of these services for business operations and supplier payments. With a focus on transitioning between ERP systems, businesses with expertise in financial accounting, cash management, and corporate service performance KPIs are well-suited to compete for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Managed finance services

Notice Description

Provision of managed finance services to the Authority's Information and Digital Directorate.

Lot Information

Lot 1

During a period of transitioning and migrating from the legacy to new Enterprise Resource Planning (ERP) system, the scope of services are; > Reconciling approx. 10,000 invoices per annum received back to complex volumetric based contracts, though recent disaggregation shall see this increase by approx. 25% year on year; > Engage contract mgmt and suppliers where invoices do not reconcile; > Develop business cases based on the appropriate accounting treatment; > Respond to NAO questions at quarter 3 and quarter 4 to evidence the appropriateness of financial treatment and governance; > Complete financial accounting returns at Q3 and Q4 for the NAO to audit; > Monthly forecast meetings with all budget holders and uploads agreed position; > Manage cash requirements and forecasts with the CSC; > Work with the fixed asset team on lifeing assets; > Manage corporate service external facing KPI. Additional information: The Authority has awarded this agreement under the Negotiated Procedure Without Prior Publication (reg. 32). Prior to award, the Authority issued a Voluntary ex ante transparency notice (2022/S 000-020189).

Procurement Information

The Authority has awarded this contract to the named supplier under regulation 32.2.b.ii having earlier issued a VEAT notice stating its intention to do so. The awarded supplier currently provides the Services under a broader agreement, which is in exit. The Authority considers the services to business critical, in that they are essential to our ability to procure goods and pay our suppliers on time. The Authority is currently migrating between it's PRISM ERP (xFCO) and ARES(xDFID) to a consolidated FCDO HERA ERP. Experience and understanding of all systems is integral to the function performed by this specialist finance team. During the present financial year and to deliver year end accounts and annual reporting, the Authority requires that the provider resources the service with knowledge of both the old and new ERP systems since they can ensure a smooth migration of data and integrity of year end accounts. The Authority therefore considers that competition is absent for technical reasons. Provision of the Services following transition will be the subject of a procurement exercise.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035585
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005339-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66170000 - Financial consultancy, financial transaction processing and clearing-house services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£5,651,980 £1M-£10M

Notice Dates

Publication Date
22 Feb 20233 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
14 Jul 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
ICT.Commercial@fcdo.gov.uk
Contact Email
ict.commercial@fcdo.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

BAE SYSTEMS APPLIED INTELLIGENCE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-035585-2023-02-22T15:41:29Z",
    "date": "2023-02-22T15:41:29Z",
    "ocid": "ocds-h6vhtk-035585",
    "description": "The Authority intends to execute the proposed the proposed agreement with the supplier on 1st September 2022 for a period of twelve (12) months, with an optional twelve (12) month extension.",
    "initiationType": "tender",
    "tender": {
        "id": "CPG/8256/2022",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Managed finance services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "66170000",
            "description": "Financial consultancy, financial transaction processing and clearing-house services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of managed finance services to the Authority's Information and Digital Directorate.",
        "lots": [
            {
                "id": "1",
                "description": "During a period of transitioning and migrating from the legacy to new Enterprise Resource Planning (ERP) system, the scope of services are; > Reconciling approx. 10,000 invoices per annum received back to complex volumetric based contracts, though recent disaggregation shall see this increase by approx. 25% year on year; > Engage contract mgmt and suppliers where invoices do not reconcile; > Develop business cases based on the appropriate accounting treatment; > Respond to NAO questions at quarter 3 and quarter 4 to evidence the appropriateness of financial treatment and governance; > Complete financial accounting returns at Q3 and Q4 for the NAO to audit; > Monthly forecast meetings with all budget holders and uploads agreed position; > Manage cash requirements and forecasts with the CSC; > Work with the fixed asset team on lifeing assets; > Manage corporate service external facing KPI. Additional information: The Authority has awarded this agreement under the Negotiated Procedure Without Prior Publication (reg. 32). Prior to award, the Authority issued a Voluntary ex ante transparency notice (2022/S 000-020189).",
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "The Authority has awarded this contract to the named supplier under regulation 32.2.b.ii having earlier issued a VEAT notice stating its intention to do so. The awarded supplier currently provides the Services under a broader agreement, which is in exit. The Authority considers the services to business critical, in that they are essential to our ability to procure goods and pay our suppliers on time. The Authority is currently migrating between it's PRISM ERP (xFCO) and ARES(xDFID) to a consolidated FCDO HERA ERP. Experience and understanding of all systems is integral to the function performed by this specialist finance team. During the present financial year and to deliver year end accounts and annual reporting, the Authority requires that the provider resources the service with knowledge of both the old and new ERP systems since they can ensure a smooth migration of data and integrity of year end accounts. The Authority therefore considers that competition is absent for technical reasons. Provision of the Services following transition will be the subject of a procurement exercise."
    },
    "awards": [
        {
            "id": "020189-2022-CPG/8256/2022-1",
            "relatedLots": [
                "1"
            ],
            "title": "Managed Financial Services",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-59667",
                    "name": "BAE Systems Applied Intelligence Limited"
                }
            ]
        },
        {
            "id": "005339-2023-CPG/8256/2022-1",
            "relatedLots": [
                "1"
            ],
            "title": "ICT: Service Operations: IDD Managed Financial Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-75879",
                    "name": "BAE SYSTEMS APPLIED INTELLIGENCE LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-131",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A 2AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ICT.Commercial@fcdo.gov.uk",
                "email": "ict.commercial@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-59667",
            "name": "BAE Systems Applied Intelligence Limited",
            "identifier": {
                "legalName": "BAE Systems Applied Intelligence Limited"
            },
            "address": {
                "streetAddress": "Surrey Research Park",
                "locality": "Guildford, Surrey",
                "region": "UK",
                "postalCode": "GU2 7RQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-46142",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-75879",
            "name": "BAE SYSTEMS APPLIED INTELLIGENCE LIMITED",
            "identifier": {
                "legalName": "BAE SYSTEMS APPLIED INTELLIGENCE LIMITED",
                "id": "01337451"
            },
            "address": {
                "locality": "Guildford",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-75880",
            "name": "Foreign, Commonwealth & Development Office London",
            "identifier": {
                "legalName": "Foreign, Commonwealth & Development Office London"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-131",
        "name": "Foreign Commonwealth and Development Office"
    },
    "contracts": [
        {
            "id": "020189-2022-CPG/8256/2022-1",
            "awardID": "020189-2022-CPG/8256/2022-1",
            "title": "Managed Financial Services",
            "status": "active",
            "value": {
                "amount": 2800000,
                "currency": "GBP"
            },
            "dateSigned": "2022-07-15T00:00:00+01:00"
        },
        {
            "id": "005339-2023-CPG/8256/2022-1",
            "awardID": "005339-2023-CPG/8256/2022-1",
            "title": "ICT: Service Operations: IDD Managed Financial Services",
            "status": "active",
            "value": {
                "amount": 2851980,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-14T00:00:00Z"
        }
    ],
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}