Notice Information
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
Notice Details
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
Buyer & Supplier
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
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-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"
}