Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Bank of England
Threadneedle Street
For the attention of: Mr John Gill
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076014170
E-mail:
Fax: +44 2076015649
Internet address(es):
General address of the contracting authority: http://www.bankofengland.co.uk
Electronic access to information: www.bankofenglandtenders.co.uk
Further information can be obtained from: Bank of England
Threadneedle Street
For the attention of: Mr John Gill
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076014170
E-mail:
Fax: +44 2076015649
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bank of England
Threadneedle Street
For the attention of: Mr John Gill
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076014170
E-mail:
Fax: +44 2076015649
Tenders or requests to participate must be sent to: Bank of England
Threadneedle Street
For the attention of: Mr John Gill
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076014170
E-mail:
Fax: +44 2076015649
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEconomic and financial affairs
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
IT Service Management (ITSM) Tool.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Bank of England (‘the Bank’) is tendering for a suitable Supplier to provide an IT Service Management solution aligned to the IT Infrastructure Library v3 framework, covering the core functionality as detailed below, with the option to add additional modules in the future to provide functionality for Human Resources and Facilities Management and professional services to cover the implementation of the solution to the Bank.
Core Functionality includes:
-
Event Management
-
Capacity Management
-
Incident Management
-
Problem Management
-
Service Asset and Configuration Management
-
Change Management
-
Release and Deployment Management
-
Service Level Management
-
Service Catalogue Management
-
Request Fulfilment
-
Knowledge Management
-
End User Portal
-
Reporting
Additional Requirements
The solution will also to be scalable to accommodate growth in use of the service and functionality.
The solution will need to provide service continuity and disaster recovery capability
-
Capability to survey End Users (e.g. customer satisfaction survey)
-
Notification capability for both IT/Support Users and End Users (email, SMS, in-tool alerts, broadcast messages via End User portal)
-
Ability to define Resolver groups
-
Ability to upload and associate files to records (e.g. back out plans for Changes, screen-shots for Incidents)
-
System and User activity audit logs
-
Role based access
-
Automated escalation capability based on Service Level information
-
Interface capability with a wide range of software and tooling, e.g. Infrastructure monitoring, orchestration tools, security governance/risk/compliance tools, Identity and Access Management tools
-
Training material and support
-
Technical capability to support mobile devices and compatibility with HMTL 5.0
-
Tool-wide search functionality
Look and Feel
-
Configurable to Bank branding.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will be for a maximum period of 10 years. The price range detailed below is indicative only and may be subject to change. The range stated is for the duration of the contract not per annum.
Estimated value excluding VAT:
Range: between 1 500 000 and 6 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See procurement documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See procurement documentation.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see the contract accompanying the procurement documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See procurement documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See procurement documentation.
Minimum level(s) of standards possibly required: See procurement documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See procurement documentation.
Minimum level(s) of standards possibly required:
See procurement documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: See procurement documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
JG/426
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate1.8.2016 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates13.7.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 1.8.2016 - 16:30
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresBank of England
Threadneedle Street
EC2R 8AH London
UNITED KINGDOM
E-mail:
Telephone: +44 2076014444
Internet address: www.bankofengland.co.uk
Body responsible for mediation procedures
Bank of England
Threadneedle Street
EC2R 8AH London
UNITED KINGDOM
E-mail:
Telephone: +44 2076014444
Internet address: www.bankofengland.co.uk
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: As above.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:18.5.2016