Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Financial Services Compensation Scheme (FSCS)
Postal address: 10th Floor, Beaufort House, 15 St Botolph Street
Town: London
NUTS code:
UK UNITED KINGDOMPostal code: EC3A 7QU
Country: United Kingdom
E-mail:
Procurement@fscs.org.ukTelephone: +44 2077414100
Internet address(es): Main address:
www.fscs.org.uk I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of a Sanctions Screening Service
Reference number: FSCS343
II.1.2)Main CPV code48000000 Software package and information systems
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of a screening service to perform sanction screening. The solution will batch screen a payment transaction listing prior to the payment being issued against a prescribed list of sanction lists inc US, UK and UN sanctions lists.
The solution will:
— batch screen a transaction listing, returning the results in a batch file to update our CRM system,
— be configurable to allow filtering of potential matches based on pre-defined criteria,
— deal with incomplete data eg no DOB or incomplete address,
— allow enhanced due diligence eg providing beneficial ownership information for corporate entities,
— use an efficient screening algorithm that produces a low false positive rate,
— be able to handle fluctuating volumes up to a maximum of 2m payment records within tight SLA.
There will also be an optional service which is the provision of the first stage review of potential matches identifying and eliminating the false positives.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Provision of a screening service to perform sanction screening. The solution will batch screen a payment transaction listing prior to the payment being issued against a prescribed list of sanction lists inc US, UK and UN sanctions lists.
The solution will:
— batch screen a transaction listing, returning the results in a batch file to update our CRM system,
— be configurable to allow filtering of potential matches based on pre-defined criteria,
— deal with incomplete data eg no DOB or incomplete address,
— allow enhanced due diligence eg providing beneficial ownership information for corporate entities,
— use an efficient screening algorithm that produces a low false positive rate,
— be able to handle fluctuating volumes up to a maximum of 2m payment records within tight SLA.
There will also be an optional service which is the provision of the first stage review of potential matches identifying and eliminating the false positives.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Further 2 extensions of up to 12 months each.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
Please see Minimum Requirements as per the Tender Documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 07/09/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/09/2018
Local time: 12:01
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Courts of Justice
Town: The Strand
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice:26/07/2018