Skip to main content.

Financial Conduct Authority: Digital Procurement Tooling

  Financial Conduct Authority is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Digital Procurement Tooling
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Supplies
Procedure: Open
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.
Published: 12/07/2022 16:32
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-London: Procurement software package.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Other type:: Financial Regulator

   I.5) Main activity:
      Other activity: Financial Regulator

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,214,526
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:E-sourcing and contract tool   
      Lot No:1

      II.2.2) Additional CPV code(s):
            48490000 - Procurement software package.


      II.2.3) Place of performance
      Nuts code:
      UKI4 - Inner London – East
   
      Main site or place of performance:
      Inner London – East
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 code(s):
            48490000 - Procurement software package.


      II.2.3) Place of performance
      Nuts code:
      UKI4 - Inner London – East
   
      Main site or place of performance:
      Inner London – East
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 code(s):
            48490000 - Procurement software package.


      II.2.3) Place of performance
      Nuts code:
      UKI4 - Inner London – East
   
      Main site or place of performance:
      Inner London – East
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      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 IV: Procedure

IV.1) Description

   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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2022/S 000-019092
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1: E-sourcing and contracting tool

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/04/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Atamis Limited, 06998952
             South Gate House, Wood Street, Cardiff, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 471,488
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2: Contract obligation and performance management tool

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/04/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Atamis Limited, 06998952
             South Gate House, Wood Street, Cardiff, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 730,751
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Supplier and risk management tool

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/04/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Atamis Limited, 06998952
             South Gate House, Wood Street, Cardiff, United Kingdom
             NUTS Code: UKI4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 234,850
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=759042830

   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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/05/2023