UK-London: Procurement software package.

UK-London: Procurement software package.
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Email: FCAprocurement@fca.org.uk
Contact: Setutsi Aidam
Main Address: www.fca.org.uk
NUTS Code: UKI4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Procurement-software-package./6NK7Z36K8G
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Financial Regulator
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Digital Procurement Tooling
Reference Number: CON-21-280
II.1.2) Main CPV Code:
48490000 - Procurement software package.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Authority’s existing contract for it’s e-tendering tool is coming to an end in January 2023. To prepare for this, the Authority is seeking to enhance its capabilities in the disciplines of sourcing, contract lifecycle management (including performance management) and supplier and risk management. This will be realised through the implementation of a new configurable Digital Procurement Tooling (DPT) tool(s) that will join up the above disciplines and integrate with the Enterprise Resource Planning (ERP) tool (the current provider is Workday,Inc. which is used for HR and Finance (including Procure to Pay, this tool is referred to as “P2P System”)). The new DPT tool(s) and integrations will enable efficient and effective governance of the end-to-end procurement lifecycle and contract and supplier management.
II.1.5) Estimated total value:
Value excluding VAT: 1,125,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: E-sourcing and contract tool
Lot No: 1
II.2.2) Additional CPV codes:
48490000 - Procurement software package.

II.2.3) Place of performance:
UKI4 Inner London – East

II.2.4) Description of procurement: this Lot covers the procurement of a tool to support with the source to contract process, including pre-tender activity through to contract award, and signature and contract information repository
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to the core requirements for this opportunity please click here: https://fca.delta-esourcing.com/respond/6NK7Z36K8G
To respond to Lot1 specific requirements please click here: https://fca.delta-esourcing.com/respond/X349567TTS
II.2) Description Lot No. 2

II.2.1) Title: Contract obligation and performance management tool
Lot No: 2
II.2.2) Additional CPV codes:
48490000 - Procurement software package.

II.2.3) Place of performance:
UKI4 Inner London – East

II.2.4) Description of procurement: this Lot covers the procurement of a tool to support with the management of contracts once they have been signed and ‘go live’ through to their expiry and exit from the contract.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to the core requirements for this opportunity please click here: https://fca.delta-esourcing.com/respond/6NK7Z36K8G
To respond to Lot2 specific requirements please click here:https://fca.delta-esourcing.com/respond/V8S73FDDFC
II.2) Description Lot No. 3

II.2.1) Title: Supplier and risk management tool
Lot No: 3
II.2.2) Additional CPV codes:
48490000 - Procurement software package.

II.2.3) Place of performance:
UKI4 Inner London – East

II.2.4) Description of procurement: this Lot covers the procurement of a tool which provides an aggregated view of all contracts connected to a Supplier or multiple Supplier(s). As well as the ability to manage non-contractual / extra-contractual initiatives with Suppliers, and the overall risk profile of the supplier and the services they provide.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to the core requirements for this opportunity please click here: https://fca.delta-esourcing.com/respond/6NK7Z36K8G
To respond to Lot3 specific requirements please click here: https://fca.delta-esourcing.com/respond/6Y39V7S667


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/08/2022 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4

IV.2.7) Conditions for opening of tenders:
Date: 26/08/2022
Time: 12:01


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Procurement-software-package./6NK7Z36K8G

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/6NK7Z36K8G
VI.4) Procedures for review
VI.4.1) Review body:
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000
Internet address: www.fca.org.uk
VI.4.2) Body responsible for mediation procedures:
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Internet address: www.fca.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/07/2022

Annex A