Award

Managed Financial Services

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Award

13 May 2024 at 15:01

Summary of the contracting process

The Foreign Commonwealth and Development Office has awarded a contract for Managed Financial Services to BAE Systems Applied Intelligence Limited. The procurement process was conducted using a limited procurement method without publication of a contract notice. The contract is valued at £4,015,460 and was signed on 21st March 2024. The services procured are related to financial consultancy, transaction processing, and clearing-house services. The location for service delivery is in the UK.

This tender for Managed Financial Services presents an opportunity for businesses in the financial consultancy and transaction processing industry. Companies with expertise in managing complex financial systems, reconciling invoices, and providing financial accounting support would be well-suited to compete. Due to the nature of the contract, involving system stabilisation and service transition, businesses with a strong track record in ERP solutions and legacy system integration are likely to find this tender relevant for business growth.

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 Financial Services

Notice Description

This is a voluntary ex ante transparency (VEAT) notice. This notice is to indicate the Authority intends to contract with named supplier for the provision of managed financial services.

Lot Information

Lot 1

The Authority is currently in a system stabilisation period having transitioned to a new Enterprise Resource Planning (ERP) system from two legacy ERPs associated with the legacy xFCO and xDfID. Current scope of services are; Reconciling approx. 14,000 invoices per annum received back to complex volumetric based contracts, though recent disaggregation shall see this increase by approx. 25% year on year; Escalate to contract management function 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 life-ing assets; Manage corporate service external facing KPI.

Procurement Information

In line with reg. 32.2.b.ii the Authority considers that competition is absent for technical reasons on the following basis: Post-merger, the Authority has continued through a period of significant internal change and reorganisation. The Authority is currently in a period of system stabilisation and further development for our recently implemented Enterprise Resource Planning (ERP) solution, which brought together the two legacy departments into a single solution. During this period of stabilisation, the service is required to interrogate cost model detail of Authority DDaT contracts so as to accurately raise PO, then reconcile and receipt invoices 10,000 - 14,000 invoices per annum. In addition to a new ERP solution, the Authority has numerous parallel strategic programmes replacing legacy services - while these are in transition, the service must reconcile costs against both old and new cost models using both current and legacy ERP cost centres. To support this highly complex work, the incumbent has developed XLS based models to assist with migration and early life support (ELS) of the service. In consideration of our current environment, the Authority believes that the incumbent team has knowhow and understanding of our legacy systems, reporting and organisational structures required for the delivery of the services that cannot be replicated by a competitor. Further, the incumbent team has provided expert advice into the development of nascent ERP processes that have yet to be fully documented and provided insight on migration and ELS. Finally, due to the nascent nature of the new ERP system and processes, the Authority is unable to document specific requirements accurately and unambiguously, with current day to day operations during this system stabilisation period based on a significant degree of flexibility generated by goodwill, prior working relations between the Parties and the incumbent's depth of knowledge the Authority. The Authority considers the services to be business critical, in that they are essential to our ability to procure goods and pay our suppliers on time

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-045934
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015175-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
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
£4,015,460 £1M-£10M

Notice Dates

Publication Date
13 May 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
21 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Not specified
Contact Email
ict.commercial@fcdo.gov.uk
Contact Phone
+44 2070080932

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-045934-2024-05-13T16:01:53+01:00",
    "date": "2024-05-13T16:01:53+01:00",
    "ocid": "ocds-h6vhtk-045934",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-045934",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Managed Financial Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "66170000",
            "description": "Financial consultancy, financial transaction processing and clearing-house services"
        },
        "mainProcurementCategory": "services",
        "description": "This is a voluntary ex ante transparency (VEAT) notice. This notice is to indicate the Authority intends to contract with named supplier for the provision of managed financial services.",
        "lots": [
            {
                "id": "1",
                "description": "The Authority is currently in a system stabilisation period having transitioned to a new Enterprise Resource Planning (ERP) system from two legacy ERPs associated with the legacy xFCO and xDfID. Current scope of services are; Reconciling approx. 14,000 invoices per annum received back to complex volumetric based contracts, though recent disaggregation shall see this increase by approx. 25% year on year; Escalate to contract management function 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 life-ing assets; Manage corporate service external facing KPI.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "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": "In line with reg. 32.2.b.ii the Authority considers that competition is absent for technical reasons on the following basis: Post-merger, the Authority has continued through a period of significant internal change and reorganisation. The Authority is currently in a period of system stabilisation and further development for our recently implemented Enterprise Resource Planning (ERP) solution, which brought together the two legacy departments into a single solution. During this period of stabilisation, the service is required to interrogate cost model detail of Authority DDaT contracts so as to accurately raise PO, then reconcile and receipt invoices 10,000 - 14,000 invoices per annum. In addition to a new ERP solution, the Authority has numerous parallel strategic programmes replacing legacy services - while these are in transition, the service must reconcile costs against both old and new cost models using both current and legacy ERP cost centres. To support this highly complex work, the incumbent has developed XLS based models to assist with migration and early life support (ELS) of the service. In consideration of our current environment, the Authority believes that the incumbent team has knowhow and understanding of our legacy systems, reporting and organisational structures required for the delivery of the services that cannot be replicated by a competitor. Further, the incumbent team has provided expert advice into the development of nascent ERP processes that have yet to be fully documented and provided insight on migration and ELS. Finally, due to the nascent nature of the new ERP system and processes, the Authority is unable to document specific requirements accurately and unambiguously, with current day to day operations during this system stabilisation period based on a significant degree of flexibility generated by goodwill, prior working relations between the Parties and the incumbent's depth of knowledge the Authority. The Authority considers the services to be business critical, in that they are essential to our ability to procure goods and pay our suppliers on time"
    },
    "awards": [
        {
            "id": "015175-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-113486",
                    "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": {
                "telephone": "+44 2070080932",
                "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-113486",
            "name": "BAE Systems Applied Intelligence Limited",
            "identifier": {
                "legalName": "BAE Systems Applied Intelligence Limited"
            },
            "address": {
                "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-131",
        "name": "Foreign Commonwealth and Development Office"
    },
    "contracts": [
        {
            "id": "015175-2024-1",
            "awardID": "015175-2024-1",
            "status": "active",
            "value": {
                "amount": 4015460,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-21T00:00:00Z"
        }
    ],
    "language": "en"
}