Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
Mark Skurr
FTP_Reprocurement@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
Buyer's address
www.gov.uk/government/organisations/ministry-of-justice/about/procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
HMCTS Financial Transaction Processing (Middle Office) Service
Reference number
prj_3840
two.1.2) Main CPV code
- 66172000 - Financial transaction processing and clearing-house services
two.1.3) Type of contract
Services
two.1.4) Short description
This Notice is issued by the Lord Chancellor acting as part of the Crown (the "Authority").
This service will be provided for the benefit of, and managed by, His Majesty's Courts and Tribunals Service (HMCTS) an executive agency of the Authority.
The FTP middle office provides a range of data handling, processing, banking, and Management Information (MI) related services to support court services.
The provision of these services is critical to the processing of the court operations and involves the handling of high volumes of processing tasks, including receipting, payments, validation, reconciliation, and consolidation of up to 10 million transactions (over £3bn) per year.
The Authority intends to appoint a supplier to implement a service that will include integrating and maintaining a system that can pay, receive, account and reconcile high volumes of data and financial transactions. It will incorporate the ability to drill down to detailed transactional levels, support the management of individual cases, include exception handling process and the implementation of efficiencies and improved ways of working. The supplier is also required to undertake a transition programme, including data migration, in parallel to the incumbent service.
The procurement will be managed, and the procurement documents made available, via the Authority’s Jaggaer eSourcing Portal (address below). If you have not yet registered on the e-Sourcing Portal, this can be done online at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Interested suppliers must be registered on this site to view the Invitation to Tender (ITT) and will then need to complete and sign a Confidentiality Agreement to access further sensitive information. Once completed and signed the Authority will invite the interested supplier, provided it is registered on the above site, to access the sensitive information. The Confidentiality Agreement can be obtained by sending an email to
FTP_Reprocurement@justice.gov.uk
All Tenders are to be submitted via the Authority’s Jaggaer eSourcing Portal, attention FTP Commercial Team, in accordance with the instructions set out in the Invitation to Tender.
two.1.5) Estimated total value
Value excluding VAT: £31,358,000
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
Add in same details as above
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
60
This contract is subject to renewal
Yes
Description of renewals
The Initial Term of the proposed Contract will be 5 years with the option for the Authority to extend for two (2) further periods each of two (2) years in duration, up to a maximum extension period of four (4) years in aggregate.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Initial Term of the proposed Contract will be 5 years with the option for the Authority to extend for two (2) further periods each of two (2) years in duration, up to a maximum extension period of four (4) years in aggregate.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-006202
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 September 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 15 August 2025
four.2.7) Conditions for opening of tenders
Date
10 September 2024
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom