Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}