Notice Information
Notice Title
Financial Risk Architecture Simplification Solution & Services
Notice Description
Through this procurement process the Bank is seeking to select an Economic Operator who can provide the following services*: - Provision of technology products including software ,hardware and related services. - Solution Capability to support the following use cases a) Limits Configuration in System - ability to accurately apply limits at point of trade against a variety of different models and metrics. b) Trade Controls - visibility into real time limits usage, the ability to block trade input that would breach trade limits, and limit reserving/optimisation. c) Evaluation and Risk Modelling - ability to plumb custom built models in the risk system and distribute calculations efficiently. d) End of Day calculations- ability to aggregate data from a variety of systems and databases, call calculations and produce end of day processes. e) Risk Reporting - experience of creating real time risk dashboards, and the ability to allow users to create and customise reports. f) Analytics - visualisation tools and scenario what if capability, covering variations in market data and in portfolio composition. And has the capability to assist the Bank in: - Successful implementation and integration of the solution - Strategic planning and execution - Innovation in the delivery of the services - Adding additional services and/or removal of scope as required during the Term. *This list of services is not finalized 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 tender (ITT) following the Selection Questionnaire (SQ). Following the evaluation of the initial tender , the Contracting Authority reserves the rights to award on an initial tender or short-list three (3) highest scoring Bidders and invite to participate in negotiation (ITN) which will be followed by Invitation to submit Final Tender submissions, the highest scoring of which will be the preferred bidder. Additional information: All Bidders will be required to enter into a Non-Disclosure Agreement (NDA) with the Bank prior to the SQ phase. Electronic access to the Non-Disclosure Agreement (NDA) is available at www.bankofenglandtenders.co.uk. Suppliers who wish to participate in this procurement process must submit their expressions of interest with a signed NDA at the earliest to gain access to the SQ.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f4299460-95b2-4ff3-9023-25a5825d46ae
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/12e0c598-feef-4ee0-b6e0-a840e9b16fdc
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72000000 - IT services: consulting, software development, Internet and support
72110000 - Hardware selection consultancy services
72200000 - Software programming and consultancy services
72267000 - Software maintenance and repair services
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Aug 20196 years ago
- Submission Deadline
- 4 Sep 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Apr 2020 - 29 Apr 2025 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BANK OF ENGLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- EC2R 8AH
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- City of London
- Electoral Ward
- Walbrook
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/12e0c598-feef-4ee0-b6e0-a840e9b16fdc
5th August 2019 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-f4299460-95b2-4ff3-9023-25a5825d46ae-2019-08-05T15:10:54+01:00",
"date": "2019-08-05T15:10:54+01:00",
"ocid": "ocds-b5fd17-f4299460-95b2-4ff3-9023-25a5825d46ae",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "BOE001-DN393126-32882509",
"title": "Financial Risk Architecture Simplification Solution & Services",
"description": "Through this procurement process the Bank is seeking to select an Economic Operator who can provide the following services*: - Provision of technology products including software ,hardware and related services. - Solution Capability to support the following use cases a) Limits Configuration in System - ability to accurately apply limits at point of trade against a variety of different models and metrics. b) Trade Controls - visibility into real time limits usage, the ability to block trade input that would breach trade limits, and limit reserving/optimisation. c) Evaluation and Risk Modelling - ability to plumb custom built models in the risk system and distribute calculations efficiently. d) End of Day calculations- ability to aggregate data from a variety of systems and databases, call calculations and produce end of day processes. e) Risk Reporting - experience of creating real time risk dashboards, and the ability to allow users to create and customise reports. f) Analytics - visualisation tools and scenario what if capability, covering variations in market data and in portfolio composition. And has the capability to assist the Bank in: - Successful implementation and integration of the solution - Strategic planning and execution - Innovation in the delivery of the services - Adding additional services and/or removal of scope as required during the Term. *This list of services is not finalized 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 tender (ITT) following the Selection Questionnaire (SQ). Following the evaluation of the initial tender , the Contracting Authority reserves the rights to award on an initial tender or short-list three (3) highest scoring Bidders and invite to participate in negotiation (ITN) which will be followed by Invitation to submit Final Tender submissions, the highest scoring of which will be the preferred bidder. Additional information: All Bidders will be required to enter into a Non-Disclosure Agreement (NDA) with the Bank prior to the SQ phase. Electronic access to the Non-Disclosure Agreement (NDA) is available at www.bankofenglandtenders.co.uk. Suppliers who wish to participate in this procurement process must submit their expressions of interest with a signed NDA at the earliest to gain access to the SQ.",
"datePublished": "2019-08-05T15:10:54+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72110000",
"description": "Hardware selection consultancy services"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72267000",
"description": "Software maintenance and repair services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 3000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure",
"tenderPeriod": {
"endDate": "2019-09-04T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2020-04-30T00:00:00+01:00",
"endDate": "2025-04-29T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/12e0c598-feef-4ee0-b6e0-a840e9b16fdc",
"datePublished": "2019-08-05T15:10:54+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-122661",
"name": "Bank of England",
"identifier": {
"legalName": "Bank of England"
},
"address": {
"streetAddress": "Threadneedle St",
"locality": "London",
"postalCode": "EC2R 8AH",
"countryName": "England"
},
"contactPoint": {
"name": "Paul Abrahart",
"email": "technology.contracts@bankofengland.co.uk"
},
"details": {
"url": "http://www.bankofengland.co.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-122661",
"name": "Bank of England"
}
}