Tender

HMCTS Financial Transaction Processing (Middle Office) Service

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2024/S 000-023841

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

Published 30 July 2024, 5:42pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

Mark Skurr

Email

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