Tender

Technology Transformation & Delivery Framework (TDF)

  • BANK OF ENGLAND

F02: Contract notice

Notice identifier: 2025/S 000-005392

Procurement identifier (OCID): ocds-h6vhtk-04e2bb

Published 17 February 2025, 2:43pm



The closing date and time has been changed to:

31 March 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

BANK OF ENGLAND

Threadneedle Street

LONDON

EC2R8AH

Contact

Procurement Team

Email

Technology.Contracts@bankofengland.co.uk

Telephone

+44 2034613000

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Justification for not providing organisation identifier

Sole trader

Internet address(es)

Main address

http://www.bankofengland.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

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

Technology Transformation & Delivery Framework (TDF)

Reference number

Tech178/REQ/1000306

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Bank of England is looking to conduct a restricted tender procedure for a Technology Transformation & Delivery Framework (TDF).

Many of the Bank's critical functions and processes rely upon its technology infrastructure and systems. The maintenance, development, and continuous innovation of these systems by the Bank's technology staff supported by external industry experts is critical for the Bank's future operations.

The Bank wishes to set up a multi-lot, multi-supplier framework agreement for the provision of services to support the various functions of the Bank's Technology Directorate. The Bank anticipates that the appointed suppliers will provide project delivery services both on-site at the Bank's premises as well as off-site where appropriate.

The TDF will be in place for four years with an estimated spend as specified below but no minimum spend commitment.

two.1.5) Estimated total value

Value excluding VAT: £180,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Infrastructure Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology infrastructure services encompass a broad range of foundational services and systems that support the operation, management, and scalability of IT environments. This lot covers Data Centre, Security Services, Storage, Support and Maintenance, Virtualisation, Integrations, Monitoring and Optimisation as related to the Bank's Technology Infrastructure

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Platform services

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology platform services refer to a broad range of digital tools, systems, and infrastructures that support various activities across businesses, governments, and individual users. This lot covers Cloud Computing, Data Management, Networking and Security, Application services, Developer tools, AI and Machine learning, IoT, UX tools, Payment platforms as relates to the Bank's Cloud services.

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Recruit, Train, Deploy

Lot No

3

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Identify and attract individuals who have the potential to fulfil specific roles within an organization. Equip new hires with the necessary knowledge, skills, and organizational culture to perform their roles effectively. Integrate trained individuals into their roles where they can contribute to the organization's objectives.

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Enterprise Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology enterprise services refer to a broad category of services and solutions designed to support the complex operational and strategic needs of large organizations. Specifically here, this refers to the Product support and change for the Bank's Enterprise services, such as those internal services supporting the Bank's back office functions.

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Product Delivery and Management

Lot No

5

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology Product Delivery and Management Services encompass a suite of activities and roles focused on the creation, development, and delivery of technology-based products.

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Data Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology Data Services encompass a broad range of services and solutions aimed at managing, processing, analysing, and leveraging data within various technological frameworks. This includes Data collection and storage, data processing and analysis, data analytics and BI, Data security and compliance, data integration, Real time data systems, data governance and any other data specific technologies, as relates to the Bank's on premise and cloud based services.

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Architecture, Transformation and Advisory

Lot No

7

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology Architecture Transformation and Advisory Services refer to a suite of consulting and strategic services designed to help organizations evolve their IT infrastructure, systems, and processes to align with business goals, adapt to new technologies, and meet future demands.

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

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

20 March 2025

Local time

12:00pm

Changed to:

Date

31 March 2025

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 April 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Candidates are advised this procurement will be conducted via the Bank's e-tendering portal, Proactis, which can be accessed via the following website. The event number is REQ/1000306

https://supplierlive.proactisp2p.com/Account/Login

1. Please register for a user account to gain access to the procurement documentation for this opportunity. If you are already registered, and are unable to find the event, then please carry out the second point.

2. Send an e-mail to: Technology.contracts@bankofengland.co.uk to be added to the event. Please title your e-mail "Tech178

TDF Tender" and include the full Company name and Organisation ID from Proactis, to allow us to attach you to the tender.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales, London, UK High Court, Royal Courts of justice

London

Country

United Kingdom