Resolution Advisory Framework for Bank of England
The Bank seeks to ensure that firms can fail without causing the type of disruption that the UK experienced in the financial crisis and without exposing taxpayers to loss.
United Kingdom-London: Financial and insurance services
2015/S 118-214889
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: Mr Kash Ahmed
EC2R 8AH London
UNITED KINGDOM
Telephone: +20 34616811
E-mail: kash.ahmed@bankofengland.co.uk
Further information can be obtained from: Bank of England
Bank of England, Threadneedle Street
For the attention of: Kash Ahmed
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bank of England
Bank of England, Threadneedle Street
For the attention of: Kash Ahmed
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.uk
Tenders or requests to participate must be sent to: Bank of England
Bank of England, Threadneedle Street
For the attention of: Kash Ahmed
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.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 11: Management consulting services [6] and related services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 30
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 15 000 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Bank seeks to ensure that firms can fail without causing the type of disruption that the UK experienced in the financial crisis and without exposing taxpayers to loss. As the UK resolution authority, the Bank has developed a framework to deliver a robust resolution regime to address the objectives of the Special Resolution Regime (‘SRR’) set out in the Banking Act 2009.
The Bank is establishing a framework for suppliers to provide analysis and advice on topics related to improving the resolvability of firms and identifying their readiness to execute resolution actions, including planning for and taking resolution actions. It seeks to establish a framework for contracting services from professional, experienced and competent service-providers to ensure that the Bank can obtain high quality and competitively-priced advice as and when needed.
II.1.6)Common procurement vocabulary (CPV)
66000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The total value is estimated to be in the range of 15 000 000 to 20 000 000 GBP over the 4 year period. Excluding VAT. The number and size of individual requirements commissioned under the framework is not known at the time of publication of this notice.
The framework will be into 4 lots:
Lot
Title
1
Financial advice and valuation analysis
2
Restructuring and insolvency advice
3
Corporate financial advisory
4
Operational review and analysis.
Estimated value excluding VAT:
Range: between 15 000 000 and 20 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in days: 0 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Financial advice and valuation analysis
1)Short description
2)Common procurement vocabulary (CPV)
66000000
3)Quantity or scope
5)Additional information about lots
Lot No: 2Lot title: Restructuring and insolvency advice
1)Short description
2)Common procurement vocabulary (CPV)
66000000
3)Quantity or scope
5)Additional information about lots
Lot No: 3Lot title: Corporate financial advisory
1)Short description
2)Common procurement vocabulary (CPV)
66000000
3)Quantity or scope
5)Additional information about lots
Lot No: 4Lot title: Operational consulting analysis
1)Short description
2)Common procurement vocabulary (CPV)
66000000
3)Quantity or scope
5)Additional information about lots
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
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
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
Additional information about electronic auction: See Procurement Documentation.
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
Estimated timing for further notices to be published: Every 4 years.
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
Body responsible for mediation procedures
Bank of England
Threadneedle Street
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
Bank of England
Threadneedle Street
EC2R 8AH London
UNITED KINGDOM
E-mail: procurementgroup.ppsd@bankofengland.gsi.gov.uk
VI.5)Date of dispatch of this notice: