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
Contact: Paul Riley
Main Address: https://www.fca.org.uk/, Address of the buyer profile: https://fca.delta-esourcing.com/
NUTS Code: UK
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./4TP2R84465
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/4TP2R84465 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: Provision of a Search and Discovery (Insight Engine) Solution
Reference Number: CON-20-050
II.1.2) Main CPV Code:
48000000 - Software package and information systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Financial Conduct Authority is seeking to contract with a single entity to deliver a Search and Discovery capability to the FCA.

The contract will cover the following element, details are:

1. Provision of the software;
2. Implementation of the base functionality in the FCA cloud;
3. Assistance with configuration to meet full FCA requirements;
4. Provide integration to the FCA's Enterprise Data Platform;
5. Transition to support and service model as defined in the requirements.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

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 to procure a Search and Discovery solution, which will be hosted in the FCA cloud to deliver the following outcomes.

OBJECTIVE:
•Give the entire FCA workforce (to varying degrees) access to market leading capability to exploit (search, discover and gain insight from) the diverse data the FCA have access to.

Our SEARCH outcomes include:
•an enterprise search that empowers users to conduct powerful and rich context searches across a variety of data types held in a number of locations (within the organisation)
•the ability to add external sources such as companies house, partner organisation data, open data sets etc.
•the ability to extend and evolve search models over time
•an intuitive means (low entry barrier) through which to identify results beyond a simple search (e.g. visualisation to help interpretation by non-data/intelligence specialists),
•a capability that fosters collaboration among colleagues e.g. capturing and sharing insights gleaned between teams
•support the FCA data strategy through the development of new (and leveraging existing) data management collateral within the FCA

Our DISCOVERY outcomes include:
•discovery analytics that provide users with rich context and intelligence within the data e.g. through inexact matching, visualisations, collaboration, notifications, analytics
•the ability to discover new related data sets as part of intelligent searching,
•support programming of rules based alerts that indicate cause for concern, e.g. firms exhibiting behaviours FCA deem to be indicators of risk/harm at any given time
•support FCA information security access controls (e.g. ensuring users see what their authorised to, inheriting security profile of source systems)
•to enhance the FCA’s capacity to identify and record new risks, and plough these back into training models
•the ability to track provenance (e.g. demonstrating evidence-based decisions, exhibiting diligence in face of external audit)


The contract will be to provide the software, implementation/configuration services and to provide additional services related to the delivery of the solution post go live for the duration of the contract.

The value of the contract may increase over the term in light of these additional services additional services. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.
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: Yes
Description of renewals: There will be two renewal options, each for upto 36 months.

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: Deadline to submit clarification question is 12:00 on the 4th September.

The ITT closing time and date is 12:00 on the 21st September.

The Delta Access code is 4TP2R84465


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
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 in 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 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: 2020/S 54 - 129729
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/09/2020 Time: 11:59

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): 6

IV.2.7) Conditions for opening of tenders:
Date: 21/09/2020
Time: 12:00


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:-Software-package-and-information-systems./4TP2R84465

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/4TP2R84465
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
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 days 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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/08/2020

Annex A