Contract

Help to Buy Wales - Loan Administration System

  • Development Bank of Wales

F03: Contract award notice

Notice identifier: 2023/S 000-033097

Procurement identifier (OCID): ocds-h6vhtk-0363b8

Published 8 November 2023, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

Development Bank of Wales

Development Bank of Wales plc, Unit J, Yale Business Village, Ellis Way

Wrexham

LL13 7Y

Email

procurement@developmentbank.wales

Telephone

+44 2920338100

Fax

+44 2920338101

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.developmentbank.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Help to Buy Wales - Loan Administration System

Reference number

DBW00007

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The Development Bank of Wales is seeking to procure a Loan Administration System for the Help to Buy-Wales scheme.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,926,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Help to Buy (Wales) Ltd (“HtBW”) is the vehicle through which the Welsh Government provides financial assistance to enable qualifying applicants to buy a new build property on a new development, with the assistance of a shared equity loan.

Further information relating to the specification for the Loan Administration System can be found in the Qualification Guidance document.

two.2.5) Award criteria

Quality criterion - Name: Technical Delivery Principles / Weighting: 1

Quality criterion - Name: User Accessibility / Weighting: 3

Quality criterion - Name: Volumetrics / Weighting: 0.5

Quality criterion - Name: Paperless Processing & Card Payment Functionality / Weighting: 3.5

Quality criterion - Name: Shared Equity Loan Drawdown / Weighting: 5

Quality criterion - Name: Loan Setup / Weighting: 2

Quality criterion - Name: Collections / Weighting: 5

Quality criterion - Name: Arrears / Weighting: 5

Quality criterion - Name: Loan Redemptions / Weighting: 4

Quality criterion - Name: Repossessions & Write Offs / Weighting: 2

Quality criterion - Name: Financial Monthly Processing & General Ledger Extracts / Weighting: 4

Quality criterion - Name: Bank Statement Integration & Reconciliation / Weighting: 1

Quality criterion - Name: Account Servicing / Weighting: 5

Quality criterion - Name: Workflows & Queues / Weighting: 3

Quality criterion - Name: Data Quality / Weighting: 3.5

Quality criterion - Name: Document Generation & Customer Communication / Weighting: 5

Quality criterion - Name: Reporting / Weighting: 5

Quality criterion - Name: Future configuration / Weighting: 2

Quality criterion - Name: Migration / Weighting: 2.25

Quality criterion - Name: Project Delivery / Weighting: 2.25

Price - Weighting: 20

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Further quality weightings as lack of space at in the weighting section:

Training 2.25%

Service Management - 3.75%

Well being of future generations 10%


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 2022/S 000-024051


Section five. Award of contract

Contract No

DBW00007

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 September 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Equiniti Group plc

Sutherland House, Russell Way

Crawley

RH101UH

Telephone

+44 1293604092

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,000,000

Total value of the contract/lot: £4,926,000


Section six. Complementary information

six.3) Additional information

(WA Ref:136253)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom