UK-London: Software package and information systems.

UK-London: Software package and information systems.
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070660911, Email: Paul.Riley@fca.org.uk
Main Address: https://www.fca.org.uk/, Address of the buyer profile: https://fca.delta-esourcing.com
NUTS Code: UKI
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:-Software-package-and-information-systems./XB484CTJ48
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
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Themis
Reference Number: CON-19-167
II.1.2) Main CPV Code:
48000000 - Software package and information systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: As part of the Themis project the FCA is seeking to replace its existing intelligence management solution and procure a separate or combined solution for Search and Discovery. The opportunity is being divided into lots to enable the FCA to procure the most appropriate solution, the lots will be:

Lot 1 - Quantum (Intelligence Management Solution)
Lot 2 - Search and Discovery
Lot 3 - Quantum (Intelligence Management Solution) & Search and Discovery

Not all lots will be awarded. Applicants may decide to submit proposals for 1, 2 or all 3 lots. If choosing to bid for more than 1 lot, applicants must ensure they complete the relevant response questionnaire.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: 2
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: Quantum (Intelligence Management Solution)
Lot No: 1
II.2.2) Additional CPV codes:
48000000 - Software package and information systems.
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The FCA objectives and outcomes for Quantum are:
• Deliver the ability to securely capture, locate, manage and share intelligence – through enhanced search, intelligence management and user experience capabilities
• Enable earlier intervention and insight in the harm lifecycle – by using more sophisticated analytical and reporting capabilities to enhance proactive intelligence linking and discovery across disparate FCA data sets including Quantum
• Enable more effective external collaboration – through effective dissemination of intelligence with FCA law enforcement and regulatory partners.
• Deliver an intuitive and user friendly solution – by ensuring that the solution is configurable and efficient to manage and maintain
• Ensures the FCA is legally compliant with GDPR, CPD/LED and CPIA
• The FCA is seeking an integrated, value-for-money, secure and evergreen Intelligence Management solution, which can scale with the FCA’s strategic ambition for how to use intelligence whilst satisfying the FCA’s external intelligence partner’s security expectations
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: 60
This contract is subject to renewal: Yes
Description of renewals: At the end of the initial term of 60 months, the FCA will renew annually for the next five (5) years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Stated within the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
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 this opportunity please click here: https://www.delta-esourcing.com/respond/XB484CTJ48
II.2) Description Lot No. 2

II.2.1) Title: Search and Discovery
Lot No: 2
II.2.2) Additional CPV codes:
48000000 - Software package and information systems.
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The FCA's objectives and expected outcomes for Search & Discovery are listed below:

• An enterprise search, which allows users to identify data quickly, accurately and with some level of context
• Provide the capability to add external sources such as Companies House
• Discovery analytics provides users with access to a richer context and additional intelligence within the data through inexact matching, visualisations, collaboration, notifications, analytics, and discovering new data sets
• Identify results beyond a simple Search with visualisation to help interpretation by non data/intelligence specialists
• Enable ‘push’ notifications of linked information from rules that are based on issues of current importance to the FCA
• Be programmed to alert on specific ‘typologies’ that indicate cause for concern, e.g. when a firm is failing to submit SARs*, is phoenixing through use of shadow directors, or is linked to risky investments or jurisdictions of concern
• Enhance the FCA’s capacity to identify new risks
• Empower users to conduct powerful searches across the data and collaborate with colleagues as part of their existing work
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: 60
This contract is subject to renewal: Yes
Description of renewals: At the end of the initial term of 60 months, the FCA will renew annually for the next five (5) years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Stated within the Procurement Documents
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 this opportunity please click here: https://www.delta-esourcing.com/respond/5B65C33Q3Q
II.2) Description Lot No. 3

II.2.1) Title: Quantum (Intelligence Management Solution) & Search and Discovery
Lot No: 3
II.2.2) Additional CPV codes:
48000000 - Software package and information systems.
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The FCA is seeking a solution, which combines it's objectives for Quantum (Intelligence Management Solution) & Search and Discovery.

The Objectives and outcomes for Quantum are:

• Deliver the ability to securely capture, locate, manage and share intelligence – through enhanced search, intelligence management and user experience capabilities
• Enable earlier intervention and insight in the harm lifecycle – by using more sophisticated analytical and reporting capabilities to enhance proactive intelligence linking and discovery across disparate FCA data sets including Quantum
• Enable more effective external collaboration – through effective dissemination of intelligence with FCA law enforcement and regulatory partners.
• Deliver an intuitive and user friendly solution – by ensuring that the solution is configurable and efficient to manage and maintain
• Ensures the FCA is legally compliant with GDPR, CPD/LED and CPIA
• The FCA is seeking an integrated, value-for-money, secure and evergreen Intelligence Management solution – which can scale with the FCA’s strategic ambition for how to use intelligence whilst satisfying the FCA’s external intelligence partner’s security expectations

The FCA's objectives and expected outcomes for Search & Discovery are listed below:

• Enterprise search allows users to identify data quickly, accurately and with some level of context
• Provide the capability to add external sources such as Companies House
• Discovery analytics provides users with access to a richer context and additional intelligence within the data through inexact matching, visualisations, collaboration, notifications, analytics, and discovering new data sets
• Identify results beyond a simple Search with visualisation to help interpretation by non data/intelligence specialists
• Enable ‘push’ notifications of linked information from rules that are based on issues of current importance to the FCA
• Be programmed to alert on specific ‘typologies’ that indicate cause for concern, e.g. when a firm is failing to submit SARs*, is phoenixing through use of shadow directors, or is linked to risky investments or jurisdictions of concern
• Enhance the FCA’s capacity to identify new risks
• Empower users to conduct powerful searches across the data and collaborate with colleagues as part of their existing work
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: 60
This contract is subject to renewal: Yes
Description of renewals: At the end of the initial term of 60 months, the FCA will renew annually for the next five (5) years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Stated within the procurement documents
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 this opportunity please click here: https://www.delta-esourcing.com/respond/49642S6YV6


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 Applicable
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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
As stated within the procurement documents
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 NEGOTIATED
IV.1.1) Type of procedure:

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 24/10/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/11/2019
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): 9



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 individual SQ exercises will open at 12:00 on the 24th September (24/09/19). The SQ stage(s) will close at 12:00 on the 24th October (24/10/19). Any questions related to the opportunity will need to be submitted before the 4th October 2019 and responses will be provided in the week commencing the 7th October 2019.

Lot 1 access code: XB48CTJ48
Lot 2 access code: 5B65C33Q3Q
Lot 3 access code: 49642S6YV6

The opportunities can be accessed via the links made available on the details provided for each lot.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=430505478
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Any review proceedings will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 ('PCR 2015'). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, the contracting party will incorporate a minimum ten (10) calendar day standstill period from the date information on the award of the contract is communicated to tenderers. The notification will provide full information on the award decision.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Financial Conduct Authority
FCA Head Office, 12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000
VI.5) Date Of Dispatch Of This Notice: 18/09/2019

Annex A