British Business Bank Plc is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Invitation to Tender for Fraud and Financial Crime Tooling |
Notice type: | Contract Notice |
Authority: | British Business Bank Plc |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | British Business Bank plc (British Business Bank or BBB) is seeking to appoint a provider of Fraud & Financial Crime Technology solution as described in the specification. |
Published: | 04/12/2024 10:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
British Business Bank Plc
Steel City House, West Street, Sheffield, S1 2GQ, United Kingdom
Tel. +44 2039051462, Email: procurement@british-business-bank.co.uk
Contact: REBECCA SHENTON
Main Address: https://www.british-business-bank.co.uk/, Address of the buyer profile: http://british-business-bank.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Invitation to Tender for Fraud and Financial Crime Tooling
Reference Number: P-2775
II.1.2) Main CPV Code:
79212400 - Fraud audit services.
JA02-4 - For computer software
II.1.3) Type of contract: SERVICES
II.1.4) Short description: British Business Bank plc (British Business Bank or BBB) is seeking to appoint a provider of Fraud & Financial Crime Technology solution as described in the specification.
II.1.5) Estimated total value:
Value excluding VAT: 1,800,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 – Onboarding and IDV
Lot No: 1
II.2.2) Additional CPV codes:
48441000 - Financial analysis software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The full details for this Lot can be found within the tender documentation
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: will be re-procured close to end of contract term
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Workflow and CRA
Lot No: 2
II.2.2) Additional CPV codes:
48441000 - Financial analysis software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The full details for this Lot can be found within the tender documentation
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: This will be re-procured close to the end of the contract term
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Lot - 3 Data
Lot No: 3
II.2.2) Additional CPV codes:
48441000 - Financial analysis software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The full details for this Lot can be found within the tender documentation
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Will be re-procured close to the end of the contract
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 Screening
Lot No: Lot 4 Screening
II.2.2) Additional CPV codes:
48441000 - Financial analysis software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The full details for this Lot can be found within the tender documentation
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Will be re-procured close to end of contract term
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/01/2025 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 08/01/2025
Time: 12:30
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Will be re-procured near the end of contract term
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sheffield:-Fraud-audit-services./3454AH2X68
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3454AH2X68
VI.4) Procedures for review
VI.4.1) Review body:
British Business Bank
Sheffield, S1 2GQ, United Kingdom
Tel. +44 1142502899, Email: rebecca.shenton@british-business-bank.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
British Business Bank
Sheffield, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 04/12/2024
Annex A