Award

Investment Management System ("IMS")

BRITISH BUSINESS BANK

This public procurement record has 2 releases in its history.

Award

05 Apr 2023 at 15:05

Award

20 Mar 2023 at 18:29

Summary of the contracting process

The British Business Bank has recently awarded a contract for an Investment Management System ("IMS") to BlackRock. The IMS contract will facilitate the management of the debt and equity portfolio of the Authority, covering implementation, migration support, professional services, licensing, and maintenance. This contract, awarded through a negotiated procedure without prior publication, aims to address technical reasons that prevent competition, ensuring effective investment administration. The contract, valued at £890,000, was signed on March 31, 2023, and the British Business Bank is the buying organisation located in Sheffield, United Kingdom.

This tender provides an opportunity for businesses that specialize in IT services, consulting, software development, and Internet support to compete. Companies with expertise in investment management systems and portfolio administration may find this tender particularly appealing. Considering the limited procurement method used and the unique technical requirements, businesses offering comprehensive solutions and advanced technology services would be well-suited to compete for this contract. Key dates and deadlines should be closely monitored for potential future opportunities arising from this award.

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

Investment Management System ("IMS")

Notice Description

The Authority has awarded an investment management system ("IMS") contract ("Contract") to BlackRock, relying on the exemption in Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 to use the negotiated procedure without prior publication, on the basis that competition is absent for technical reasons. The IMS will allow the Authority to manage the full investment administration cycle of its debt and equity portfolio ("Portfolio"). The Contract covers implementation, migration support, professional services, licensing, and maintenance.

Lot Information

Lot 1

The Authority has awarded an investment management system ("IMS") contract ("Contract") to BlackRock, relying on the exemption in Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 to use the negotiated procedure without prior publication, on the basis that competition is absent for technical reasons. The IMS will allow the Authority to manage the full investment administration cycle of its debt and equity portfolio ("Portfolio"). The Contract covers implementation, migration support, professional services, licensing, and maintenance. The Authority considered that the Contract can be supplied only by BlackRock through its eFront Invest solution, as BlackRock is uniquely able to provide certain mandatory requirements of the Authority's specification. The Authority reached that conclusion after the following due diligence process: *Engagement of an external consultancy with expertise in this area to prepare a market analysis of options available against the Authority's service requirements and technical specification *An "RFI" was undertaken with a shortlist of suppliers identified by the external consultancy ("Suppliers") to understand the technical capability and compatibility of the systems with the Authority's mandatory requirements and the unique breadth of its Portfolio both in its current and future state *An options report was prepared by the external consultancy which identified eFront Invest as the only solution able to meet the Authority's mandatory requirements, specifically in relation to fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration and the level of coverage required to support the Portfolio *The Authority's business architect completed a comparative analysis of the Suppliers' sample offerings. This analysis concluded that eFront Invest offers a solution that can support the Portfolio, and that it has inbuilt functionality to support fee and waterfall modelling, flagging that these are mandatory requirements This due diligence established that alternative suppliers could not meet the Authority's mandatory requirements. Specifically, BlackRock is uniquely able to provide fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration, and the level of coverage required to support the Portfolio. Moreover, the only available alternatives to eFront Invest would have incurred unacceptable operational and accuracy risks including: *incurring operational and data accuracy risks due to managing multiple software solutions and using manual data entry input *A disaggregated solution increasing the risk of error *Inability to deliver on reporting and wider obligations to UK Government *The incompatibility of the alternative solutions to the Authority's underlying infrastructure could have impacted the traceability and transparency levels required to meet audit and reporting requirements which could also have incurred reputational risk *The lack of a full-service solution across all current and future requirements would have created the need to maintain and potentially increase manual steps and End User Computing Solutions outside operational risk tolerance The Authority is confident that for the outlined reasons no reasonable alternative or substitute exists to eFront Invest. The Authority is also confident that its specification is reasonable and was not been artificially narrowed or constructed in such a way that only eFront Invest would be able to meet its requirements. Additional information: A VEAT notice 2023/S 000-008087 was previously published in relation to this contract

Procurement Information

The Authority has awarded an investment management system ("IMS") contract ("Contract") to BlackRock, relying on the exemption in Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 to use the negotiated procedure without prior publication, on the basis that competition is absent for technical reasons. The IMS will allow the Authority to manage the full investment administration cycle of its debt and equity portfolio ("Portfolio"). The Contract covers implementation, migration support, professional services, licensing, and maintenance. The Authority considered that the Contract can be supplied only by BlackRock through its eFront Invest solution, as BlackRock is uniquely able to provide certain mandatory requirements of the Authority's specification. The Authority reached that conclusion after the following due diligence process: *Engagement of an external consultancy with expertise in this area to prepare a market analysis of options available against the Authority's service requirements and technical specification *An "RFI" was undertaken with a shortlist of suppliers identified by the external consultancy ("Suppliers") to understand the technical capability and compatibility of the systems with the Authority's mandatory requirements and the unique breadth of its Portfolio both in its current and future state *An options report was prepared by the external consultancy which identified eFront Invest as the only solution able to meet the Authority's mandatory requirements, specifically in relation to fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration and the level of coverage required to support the Portfolio *The Authority's business architect completed a comparative analysis of the Suppliers' sample offerings. This analysis concluded that eFront Invest offers a solution that can support the Portfolio, and that it has inbuilt functionality to support fee and waterfall modelling, flagging that these are mandatory requirements This due diligence established that alternative suppliers could not meet the Authority's mandatory requirements. Specifically, BlackRock is uniquely able to provide fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration, and the level of coverage required to support the Portfolio. Moreover, the only available alternatives to eFront Invest would have incurred unacceptable operational and accuracy risks including: *incurring operational and data accuracy risks due to managing multiple software solutions and using manual data entry input *A disaggregated solution increasing the risk of error *Inability to deliver on reporting and wider obligations to UK Government *The incompatibility of the alternative solutions to the Authority's underlying infrastructure could have impacted the traceability and transparency levels required to meet audit and reporting requirements which could also have incurred reputational risk *The lack of a full-service solution across all current and future requirements would have created the need to maintain and potentially increase manual steps and End User Computing Solutions outside operational risk tolerance The Authority is confident that for the outlined reasons no reasonable alternative or substitute exists to eFront Invest. The Authority is also confident that its specification is reasonable and was not been artificially narrowed or constructed in such a way that only eFront Invest would be able to meet its requirements.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b487
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010012-2023
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, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£890,000 £500K-£1M

Notice Dates

Publication Date
5 Apr 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
17 Mar 20232 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
BRITISH BUSINESS BANK
Additional Buyers

BRITISH BUSINESS BANK PLC

Contact Name
Procurement
Contact Email
procurement@british-business-bank.co.uk
Contact Phone
+44 1142127877

Buyer Location

Locality
SHEFFIELD
Postcode
S1 2GQ
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE32 Sheffield
Delivery Location
Not specified

Local Authority
Sheffield
Electoral Ward
City
Westminster Constituency
Sheffield Central

Supplier Information

Number of Suppliers
1
Supplier Name

EFRONT

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-03b487-2023-04-05T16:05:09+01:00",
    "date": "2023-04-05T16:05:09+01:00",
    "ocid": "ocds-h6vhtk-03b487",
    "description": "A VEAT notice 2023/S 000-008087 was previously published in relation to this contract To view this notice, please click here: <a href=\"https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=773905003\" target=\"_blank\">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=773905003</a> GO Reference: GO-202345-PRO-22471372",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03b487",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Investment Management System (\"IMS\")",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority has awarded an investment management system (\"IMS\") contract (\"Contract\") to BlackRock, relying on the exemption in Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 to use the negotiated procedure without prior publication, on the basis that competition is absent for technical reasons. The IMS will allow the Authority to manage the full investment administration cycle of its debt and equity portfolio (\"Portfolio\"). The Contract covers implementation, migration support, professional services, licensing, and maintenance.",
        "lots": [
            {
                "id": "1",
                "description": "The Authority has awarded an investment management system (\"IMS\") contract (\"Contract\") to BlackRock, relying on the exemption in Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 to use the negotiated procedure without prior publication, on the basis that competition is absent for technical reasons. The IMS will allow the Authority to manage the full investment administration cycle of its debt and equity portfolio (\"Portfolio\"). The Contract covers implementation, migration support, professional services, licensing, and maintenance. The Authority considered that the Contract can be supplied only by BlackRock through its eFront Invest solution, as BlackRock is uniquely able to provide certain mandatory requirements of the Authority's specification. The Authority reached that conclusion after the following due diligence process: *Engagement of an external consultancy with expertise in this area to prepare a market analysis of options available against the Authority's service requirements and technical specification *An \"RFI\" was undertaken with a shortlist of suppliers identified by the external consultancy (\"Suppliers\") to understand the technical capability and compatibility of the systems with the Authority's mandatory requirements and the unique breadth of its Portfolio both in its current and future state *An options report was prepared by the external consultancy which identified eFront Invest as the only solution able to meet the Authority's mandatory requirements, specifically in relation to fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration and the level of coverage required to support the Portfolio *The Authority's business architect completed a comparative analysis of the Suppliers' sample offerings. This analysis concluded that eFront Invest offers a solution that can support the Portfolio, and that it has inbuilt functionality to support fee and waterfall modelling, flagging that these are mandatory requirements This due diligence established that alternative suppliers could not meet the Authority's mandatory requirements. Specifically, BlackRock is uniquely able to provide fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration, and the level of coverage required to support the Portfolio. Moreover, the only available alternatives to eFront Invest would have incurred unacceptable operational and accuracy risks including: *incurring operational and data accuracy risks due to managing multiple software solutions and using manual data entry input *A disaggregated solution increasing the risk of error *Inability to deliver on reporting and wider obligations to UK Government *The incompatibility of the alternative solutions to the Authority's underlying infrastructure could have impacted the traceability and transparency levels required to meet audit and reporting requirements which could also have incurred reputational risk *The lack of a full-service solution across all current and future requirements would have created the need to maintain and potentially increase manual steps and End User Computing Solutions outside operational risk tolerance The Authority is confident that for the outlined reasons no reasonable alternative or substitute exists to eFront Invest. The Authority is also confident that its specification is reasonable and was not been artificially narrowed or constructed in such a way that only eFront Invest would be able to meet its requirements. Additional information: A VEAT notice 2023/S 000-008087 was previously published in relation to this contract",
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "UNITED KINGDOM"
                }
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "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 an investment management system (\"IMS\") contract (\"Contract\") to BlackRock, relying on the exemption in Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 to use the negotiated procedure without prior publication, on the basis that competition is absent for technical reasons. The IMS will allow the Authority to manage the full investment administration cycle of its debt and equity portfolio (\"Portfolio\"). The Contract covers implementation, migration support, professional services, licensing, and maintenance. The Authority considered that the Contract can be supplied only by BlackRock through its eFront Invest solution, as BlackRock is uniquely able to provide certain mandatory requirements of the Authority's specification. The Authority reached that conclusion after the following due diligence process: *Engagement of an external consultancy with expertise in this area to prepare a market analysis of options available against the Authority's service requirements and technical specification *An \"RFI\" was undertaken with a shortlist of suppliers identified by the external consultancy (\"Suppliers\") to understand the technical capability and compatibility of the systems with the Authority's mandatory requirements and the unique breadth of its Portfolio both in its current and future state *An options report was prepared by the external consultancy which identified eFront Invest as the only solution able to meet the Authority's mandatory requirements, specifically in relation to fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration and the level of coverage required to support the Portfolio *The Authority's business architect completed a comparative analysis of the Suppliers' sample offerings. This analysis concluded that eFront Invest offers a solution that can support the Portfolio, and that it has inbuilt functionality to support fee and waterfall modelling, flagging that these are mandatory requirements This due diligence established that alternative suppliers could not meet the Authority's mandatory requirements. Specifically, BlackRock is uniquely able to provide fee and waterfall modelling, API connectivity to ensure effective data ingestion and system integration, and the level of coverage required to support the Portfolio. Moreover, the only available alternatives to eFront Invest would have incurred unacceptable operational and accuracy risks including: *incurring operational and data accuracy risks due to managing multiple software solutions and using manual data entry input *A disaggregated solution increasing the risk of error *Inability to deliver on reporting and wider obligations to UK Government *The incompatibility of the alternative solutions to the Authority's underlying infrastructure could have impacted the traceability and transparency levels required to meet audit and reporting requirements which could also have incurred reputational risk *The lack of a full-service solution across all current and future requirements would have created the need to maintain and potentially increase manual steps and End User Computing Solutions outside operational risk tolerance The Authority is confident that for the outlined reasons no reasonable alternative or substitute exists to eFront Invest. The Authority is also confident that its specification is reasonable and was not been artificially narrowed or constructed in such a way that only eFront Invest would be able to meet its requirements."
    },
    "awards": [
        {
            "id": "008087-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-03650489",
                    "name": "eFront Limited"
                }
            ]
        },
        {
            "id": "010012-2023-1",
            "relatedLots": [
                "1"
            ],
            "title": "Investment Management System (\"IMS\")",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-79684",
                    "name": "eFront Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-COH-08616013",
            "name": "BRITISH BUSINESS BANK PLC",
            "identifier": {
                "legalName": "BRITISH BUSINESS BANK PLC",
                "id": "08616013",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Steel City House, 2 West Street City Centre",
                "locality": "SHEFFIELD",
                "region": "UKE32",
                "postalCode": "S12GQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Procurement@british-business-bank.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.british-business-bank.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "04",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-03650489",
            "name": "eFront Limited",
            "identifier": {
                "legalName": "eFront Limited",
                "id": "03650489",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-1412",
            "name": "High Court of Justice",
            "identifier": {
                "legalName": "High Court of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-79683",
            "name": "British Business Bank",
            "identifier": {
                "legalName": "British Business Bank"
            },
            "address": {
                "streetAddress": "Steel City House, Steel City House, 2 West Street",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S1 2GQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement",
                "telephone": "+44 1142127877",
                "email": "procurement@british-business-bank.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.british-business-bank.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "04",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-79684",
            "name": "eFront Limited",
            "identifier": {
                "legalName": "eFront Limited",
                "id": "03650489"
            },
            "address": {
                "streetAddress": "12 Throgmorton Avenue",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1091",
            "name": "N/A",
            "identifier": {
                "legalName": "N/A"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-79683",
        "name": "British Business Bank"
    },
    "contracts": [
        {
            "id": "008087-2023-1",
            "awardID": "008087-2023-1",
            "status": "active",
            "value": {
                "amount": 890000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-17T00:00:00Z"
        },
        {
            "id": "010012-2023-1",
            "awardID": "010012-2023-1",
            "title": "Investment Management System (\"IMS\")",
            "status": "active",
            "value": {
                "amount": 890000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-31T00:00:00+01:00"
        }
    ],
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}