Provide Data Management Services to the Bank of England
The successful supplier will need to supply and implement a solution to support the end-to-end process for data quality management.
United Kingdom-London: Software package and information systems
2016/S 068-118799
Contract notice
Services
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: Miss Nicola Bache
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076013000
E-mail: nicola.bache@bankofengland.co.uk
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: Miss Nicola Bache
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076013000
E-mail: nicola.bache@bankofengland.co.uk
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: Miss Nicola Bache
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076013000
E-mail: nicola.bache@bankofengland.co.uk
Tenders or requests to participate must be sent to: Bank of England
Threadneedle Street
For the attention of: Miss Nicola Bache
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076013000
E-mail: nicola.bache@bankofengland.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
NUTS code UK
II.1.5)Short description of the contract or purchase(s)
— Take on data from the Bank’s data collection platform;
— Conform and enrich that data;
— Validate the data;
— Matching, merging and de-duplication of data sets;
— Application of business rules to support basis plausibility checks such as those to reconcile data or time series consistency.
The solution will also need to support the assessment of data sets that are not systematically ingested and validated through defined production collection processes. This profiling and discovery capability should allow business users and technicians alike to independently analyse, explore and measure datasets without dependency on specialist technical resources.
The solution will need to support the Bank’s data governance processes and work with other parts of the Bank’s Data infrastructure, such as Master Data Management and Analytical and Modelling Systems. It will also need to provide extensive integration functionality to enable interoperability with other third party tools and systems, including an integrated approach to the use of Reference Data and Metadata.
The Data Quality Platform will need to provide the operational backbone for all of the Bank’s production Data Quality business solutions and as such will need to provide comprehensive scheduling, data quality reporting and work-flow functionality.
The Bank plans to leverage the above capabilities in order to establish a Data Quality Assurance service and Data Quality Framework.
The Bank is looking for an enterprise-wide solution that enables the Bank to meet current and future requirements including those arising from changes to financial regulation. It is also looking for a solution that would enable a more federated approach to data quality that the Chief Data Office could oversee centrally. With this in mind and in assessing data profiling solutions, the Bank is interested to evaluate what other ‘self-service’ features the solution could provide.
II.1.6)Common procurement vocabulary (CPV)
48000000, 72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 500 000 and 6 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Please see the contract accompanying the procurement documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See procurement documentation.
III.2.3)Technical capacity
See procurement documentation.
Minimum level(s) of standards possibly required:
See procurement documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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 dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Bank of England
Threadneedle Street
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.uk
Telephone: +44 2076014444
Body responsible for mediation procedures
Bank of England
Threadneedle Street
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.uk
Telephone: +44 207601300
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Supply Waste Data Management System to Councils in Wales