Tender

UKIB Credit Risk Analytics Solution

  • UK INFRASTRUCTURE BANK LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-021720

Procurement identifier (OCID): ocds-h6vhtk-03eaa5

Published 26 July 2023, 6:03pm



Section one: Contracting authority

one.1) Name and addresses

UK INFRASTRUCTURE BANK LIMITED

4th Floor, One Embankment, Neville Street

Leeds

LS14DW

Email

procurement@ukib.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

06816271

Internet address(es)

Main address

https://www.ukib.org.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.ukib.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.ukib.org.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKIB Credit Risk Analytics Solution

Reference number

CON 2244

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

The UK Infrastructure Bank ("UKIB") is a government-owned policy bank, focused on increasing infrastructure investment across the United Kingdom. UKIB is providing £22bn of infrastructure finance to tackle climate change and support regional and local economic growth across the UK.

UKIB has grown at pace, resourcing key functions to enable it to undertake both local authority and private sector lending.

Given UKIB's growing portfolio of assets and relationships, UKIB wishes to further strengthen its existing financial risk framework and due diligence processes by procuring specific tools to assess, measure and manage credit risk, counterparty and environmental, social and governance (ESG) financial risk as further described below.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The key objectives for the services are the provision of:

- an analytical tool / scorecards to generate independent and market calibrated credit scores and expected recovery rates on infrastructure, project finance and corporate exposures and provide the underlying credit ratings mapping to probability of default; and

- long-term historical credit data relevant to infrastructure, project finance and corporate exposures to support detailed analysis of probability of default, loss given default / recovery rates and correlations across different sub sections (including geography, sub-sector).

The service will need to include embedded environmental, social and governance ("ESG") factors to support an holistic approach to risk. Ideally the service will provide the ability to take into account ESG data, scores and screening in credit rating and assessment.

The scorecards / database must cover project finance, infrastructure finance and corporate borrowers and the credit database must include data relating to UKIB's strategic sectors (water, energy, transport, digital and waste).

The contract shall commence in October 2023 and the credit rating / scorecard service products shall have a 3 year subscription period. It is anticipated that other service products for which a subscription is provided as part of the solution will be taken out on a 1 year basis with an option to extend for two further 1 year periods.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend the non-scorecard elements of the solution by two further one year periods.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 August 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 August 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 12 months prior to the contract's expiry.

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

UKIB is in the process of implementing the Atamis e-Tendering Portal (the "Portal"). In the interim the Procurement Documents are being made available via email to procurement@ukib.org.uk.

However, it is anticipated that tender submission will be via the Portal and submission instructions will be confirmed in due course to all suppliers who request the Procurement Documents.

All communications shall be in English. Any contract or agreement resulting from this procurement process will be considered a contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.

UKIB does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary.

Tenderers may offer supplementary services as part of their tender response providing these are connected to the underlying service requirements as described in the Procurement Documents. UKIB reserves the right to purchase such 'optional services' but shall be under no obligation to do so, nor does UKIB give any guarantees in relation to volumes. Nothing shall prevent UKIB from receiving services that are the same or similar to any optional services proposed from any third party.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC1A 2LL

Country

United Kingdom