Skip to main content.

Financial Conduct Authority: Themis

  Financial Conduct Authority has published this notice through Delta eSourcing

Notice Summary
Title: Themis
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Supplies
Procedure: Negotiated
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.
Published: 18/09/2019 12:42

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-London: Software package and information systems.

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 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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Economic and financial affairs

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Themis            
      Reference number: CON-19-177

      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 sought to replace its existing intelligence management solution and procure a separate or combined solution for Search and Discovery. The opportunity was divided into lots to enable the FCA to procure the most appropriate solution, the Lots were:

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

Only Lot 1 has been awarded. Both Lot 2 and 3 have been discontinued.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,013,100
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Quantum (Intelligence Management Solution)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            48000000 - Software package and information systems.
            72000000 - IT services: consulting, software development, Internet and support.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The FCA is awarding a contract for Quantum, which will deliver the outcomes as detailed below:

• 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:
      Quality criterion - Name: Technical / Weighting: 75
                  
      Cost criterion - Name: Cost / Weighting: 25
            

      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: This is a contract award for Lot 1

The Initial Term is for 5 years and commences on the 1st June 2020.

After the initial term the contract for Lot 1 can be extended annually on five (5) occasions.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Search and Discovery   
      Lot No:2

      II.2.2) Additional CPV code(s):
            48000000 - Software package and information systems.
            72000000 - IT services: consulting, software development, Internet and support.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This Lot has been discontinued.

The FCA's objectives and expected outcomes for Search & Discovery were:

• 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

This Lot has been discontinued.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
                  
      Cost criterion - Name: Cost / Weighting: 80
            

      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: Lot 2 has been discontinued.

   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 code(s):
            48000000 - Software package and information systems.
            72000000 - IT services: consulting, software development, Internet and support.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This Lot has been discontinued

The FCA sought a solution, which combined it's objectives for Quantum (Intelligence Management Solution) & Search and Discovery.

The Objectives and outcomes for Quantum were:

• 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 were:

• 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

This Lot has been discontinued

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 78
                  
      Cost criterion - Name: Cost / Weighting: 22
            

      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: Lot 3 has been discontinued


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   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: 2019/S 182-442736
      
   

   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: CON-19-177 (Lot 1)    
   Lot Number: 1    
   Title: Quantum (Intelligence Management Solution)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Clue Computing Company Limited, 01715616
             Clue House, Petherton Road, Hengrove, Bristol, BS14 9BZ, United Kingdom
             NUTS Code: UK
            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: 1,013,100
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: CON-19-177 (Lot 2)    
   Lot Number: 2    
   Title: Search and Discovery

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 0


Award Of Contract (No.3)

   Contract No: CON-19-177 (Lot 3)    
   Lot Number: 3    
   Title: Quantum (Intelligence Management Solution) & Search and Discovery

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 0

Section VI: Complementary information

   VI.3) Additional information: This notice details the award of Lot 1 and the discontinuation of both Lot 2 and Lot 3
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=499999899

   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.4.3) 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 review procedure 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: 09/06/2020