Tender

Upgrade BoE

  • Bank of England

F02: Contract notice

Notice identifier: 2022/S 000-005747

Procurement identifier (OCID): ocds-h6vhtk-031d0c

Published 2 March 2022, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Bank of England

London

EC2R8AH

Contact

Procurement Group

Email

BoE.Upgrade@bankofengland.co.uk

Telephone

+44 2034613000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.bankofengland.co.uk/

Buyer's address

https://www.bankofengland.co.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.bankofenglandtenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.bankofenglandtenders.co.uk

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

Upgrade BoE

Reference number

DN1295

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 (“the Bank”) wishes to procure the services of a Supplier (the “Strategic Partner”) to deliver an integrated information management and collaboration Solution and Service for the Upgrade Bank of England Programme This procurement process will follow the competitive dialogue procedure under the Public Contract Regulations 2015.

The Bank requires a Strategic Partner to deliver and support the Upgrade BoE Programme’s objectives. This will involve transformational change across the Bank, re-imagining how information is created, collected, secured, stored, searched, shared (internally and externally), archived and destroyed. This will not only require the replacement of legacy systems with a new Solution, but also significant transformation to business processes and the deployment of tools that support these processes. The Upgrade BoE Programme seeks to introduce new ways of working, embed cultural change and deploy industry best practices to drive user adoption across the Bank, as well as providing tools and services to support remote and flexible working.

The Bank is seeking to appoint a dynamic and proactive Strategic Partner, with significant experience of managing complex solution delivery (design, build, migrate, test) and systems integration programmes leading to the delivery of transformative business change, to support its vision for modernising and simplifying how it collaborates both internally and externally.

two.1.5) Estimated total value

Value excluding VAT: £48,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48310000 - Document creation software package
  • 79400000 - Business and management consultancy and related services
  • 79995000 - Library management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Description of the procurement:

Through this procurement process the Bank is seeking to select a single Supplier (Strategic Partner) who can provide the following services;

• Solution Development, including the design, build, test, integration and support of a new Information Management and collaboration Solution and Service to deliver the below capabilities;

- Communication and Collaboration

- Enterprise Search

- Document Management

- Records Management

• Systems Integration (End to end through the Bank’s information management ecosystem)

• Data Migration

• Solution Support & Maintenance

• Service Management and Operations

• Provision of technology products including software and related services

• Design and implementation of Enterprise-level Business Change strategy

And has the capability to assist the Bank in

• delivering Strategic Business Change

• the management and delivery of the Upgrade Bank of England programme

• strategic planning and execution of the programme’s objectives

• innovation in the delivery of the services

• delivering Upgrade Bank of England Programme’s benefits

• This list of services is not finalised or exclusive and is subject to refinement through the course of the procurement process.

• It is anticipated that a maximum of five (5) Bidders will receive the invitation to participate in dialogue (ITP) following the Selection Questionnaire (SQ).

• Following initial dialogue and initial tender submission it is anticipated that (a maximum of) two (2) highest scoring tenderers will be invited to continue to participate in dialogue (ITCP) which will be followed by Best and Final Offers (BAFO) submissions, the highest scoring of which will be the preferred bidder.

two.2.5) Award criteria

Quality criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents. / Weighting: 0

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £48,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Intended initial term of 60 months with 2 options to extend by up to 12 months for each extension.

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

In accordance with Regulation 57 of the Public Contracts Regulations 2015 and as set out in the SQ.

two.2.10) Information about variants

Variants will be accepted: No

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


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

Selection criteria 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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

Date

4 April 2022

Local time

10:30am

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

2 March 2022

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

The Bank will host a Supplier Day (hybrid meeting) event on 11th March 2022 to present information about the procurement process and to answer questions from the supplier community.

All interested Tenderers are requested to register on the Bank of England’s procurement portal which can be accessed www.bankofenglandtenders.co.uk. Once registered, you are required to send an email to the Bank by using procurement portal’s messaging functionality to register your interest to attend the Supplier Day on the 11th March 2022 by 5pm the 9th of March 2022.

The five (5) down-selected bidders for the ITP stage will be required to sign a Bank of England issued non-disclosure agreement (NDA) to continue to participate in the procurement process and this will be required to be submitted at the SQ phase as part of the suppliers SQ submission. The ITP will not be released until the signed NDA is received and accepted by the Bank due the confidential information contained in the ITP.

A form of Bond, Guarantee or Parent company Guarantee may be required from the successful bidder.

Subject to the below, bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Bank at any time.

The Bank reserves the right at any time to:

i) reject any or all responses and to cancel or withdraw this procurement at any stage;

ii) award a contract without prior notice;

iii) change the basis, the procedures and the timescales set out or referred to within the procurement documents;

iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);

v) amend the terms and conditions of the selection and evaluation process and

vi) terminate the procurement process

The Bank is a public authority subject to the off-payroll working in the public sector legislation which came into force in April 2017.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 2079477882

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any review proceedings will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 ("PCR 2015"). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, the Authority will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to tenderers.

six.4.4) Service from which information about the review procedure may be obtained

Bank of England

London

EC2R 8AH

Email

BoE.Upgrade@bankofengland.co.uk

Telephone

+44 2034613000

Country

United Kingdom