Skip to main content.

Financial Conduct Authority: CON-20-115 Consultancy & Skilled Persons Framework

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

Notice Summary
Title: CON-20-115 Consultancy & Skilled Persons Framework
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Services
Procedure: Restricted
Short Description: Creation of a consultancy and skilled persons framework with multiple lots. Lots A to L cover different specialities of s166 skilled persons review as part of the FCA and Bank of England (including the PRA) regulatory remit. Lot M covers general consultancy and is split into specialisms. Suppliers will not need to deliver all of the specialisms in the lot and will be considered for the specialism(s) that they have been selected. The lots are: A.Client Assets and Safeguarding B.Governance, Accoutability, Strategy and Culture C.Controls and Risk Management Frameworks D.Conduct of Business E.Financial Crime F.Prudential – Deposit Takers, Recognised Clearing Houses , Central Securities Depositories and PRA-Designated Investment Firms G Prudential - .Insurance H.Prudential – Adequate Financial Resources for FCA solo-regulated firms I.Technology and Information Management J.CBEST Threat Intelligence K.CBEST Penetration Testing L.Credit Rating Agencies M.Business Consultancy
Published: 16/06/2021 19:32
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: Financial consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Financial Conduct Authority
             12 Endeavour Square, London, E20 1JN, United Kingdom
             Tel. +44 2070664634, Email: FPSProcurement@fca.org.uk
             Contact: Kevin McMahon
             Main Address: https://fca.delta-esourcing.com/, Address of the buyer profile: www.fca.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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:-Financial-consultancy-services./8YV8A8WNK8
      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: CON-20-115 Consultancy & Skilled Persons Framework       
      Reference Number: CON-20-115
      II.1.2) Main CPV Code:
      66171000 - Financial consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Creation of a consultancy and skilled persons framework with multiple lots. Lots A to L cover different specialities of s166 skilled persons review as part of the FCA and Bank of England (including the PRA) regulatory remit. Lot M covers general consultancy and is split into specialisms. Suppliers will not need to deliver all of the specialisms in the lot and will be considered for the specialism(s) that they have been selected.

The lots are:
A.Client Assets and Safeguarding
B.Governance, Accoutability, Strategy and Culture
C.Controls and Risk Management Frameworks
D.Conduct of Business
E.Financial Crime
F.Prudential – Deposit Takers, Recognised Clearing Houses , Central Securities Depositories and PRA-Designated Investment Firms
G Prudential - .Insurance
H.Prudential – Adequate Financial Resources for FCA solo-regulated firms
I.Technology and Information Management
J.CBEST Threat Intelligence
K.CBEST Penetration Testing
L.Credit Rating Agencies
M.Business Consultancy       
      II.1.5) Estimated total value:
      Value excluding VAT: 110,000,000       
      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: Client Assets & Safeguarding       
      Lot No: A       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in client assets and safeguarding.
This will include skills, experience and expertise in areas such as, but not limited to:
•Client Assets (CASS) and SUP 16 in the appropriate regulator’s Handbook, including governance, regulatory reporting and systems and controls arrangements associated with client assets.
•Safeguarding requirements as set out in the Payment Services Regulations 2017 and E-money Regulations 2011, and the FCA Payment Services and Electronic Money Approach Document.
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Governance, Accountability, Strategy & Culture       
      Lot No: B       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in assessing whether firms have effective purpose, governance arrangements, leadership and approaches to people and how these support a healthy culture that mitigates potential harm to customers or markets and/or safety and soundness and/or operational resilience
This should include, but not be limited to knowledge of relevant national and international regulatory requirements, standards, guidelines and industry best practice and experience and expertise in assessing:
•governance frameworks (including policies and procedures) and whether they result in effective governance;
•board effectiveness, decision making and influential and accountable leadership;
•people policies and practices (including remuneration, training and competence, psychological safety and diversity and inclusion) and whether these result in behaviours that drive good outcomes;
•leadership and the Senior Managers and Certification Regime, (including the assessment of the fitness and propriety of Senior Managers and certified staff, the embedding and application of the Conduct Rules, and individual accountability);
•firms’ purpose, risk appetite, business model, strategies, change management programmes (during transition, implementation, delivery);
•governance arrangements for recovery and resolution plans;
•approaches to operational resilience and business continuity;
•Board reporting and management information; and
•involvement across all levels of firms that encourages effective challenge and prevents harm by promoting a range of views in the decision-making process.
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Controls and Risk Management Frameworks       
      Lot No: C       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in assessing whether firms have effective controls and risk management frameworks, including identification and control arrangements to identify and mitigate risks in their business models (including outsourcing arrangements); taking a risk based approach to deliver fair outcomes for customers and/or safety and soundness and/or operational resilience.
This should include but not be limited to knowledge of relevant regulatory requirements, standards, guidelines and industry best practice and experience and expertise in assessing:
•firm’s capacity and effectiveness to self-identify potential harm to consumers and markets; so that it can implement controls to minimise the risk of harm;
•internal control effectiveness across the three lines of defence, operational risk and resilience;
•stress testing frameworks;
•all types of enterprise-wide risk (including operational risk, credit risk, traded risk, liquidity risk, compliance/legal risk, conduct risk, valuation risk, people risk, climate risk and reputational risk management);
•outsourcing arrangements;
•effectiveness and independence of the Risk, Compliance and Internal Audit functions;
•management information (MI) that effectively tracks and monitors risk trends and analysis that would enable pro-active mitigation of risk; thereby minimising risk to business plans, strategic delivery, market impact and customer detriment; including how the MI is used to remedy both emerging and crystallised risk;
•effectiveness of the risk management framework in identifying, mitigating and escalating new or developing risks; and
•model expertise, where risks arise from the use of complex derivatives, to ensure adequate management reporting.
      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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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://fca.delta-esourcing.com/respond/8YV8A8WNK8       
II.2) Description Lot No. 4
      
      II.2.1) Title: Conduct of Business       
      Lot No: D       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in assessing:
•the fair treatment of customers, including: design and distribution of financial products, pricing, marketing and advertising, customer communications, quality of advice, sales practices, management of conflicts of interest, complaints handling, conduct of business rules and guidance, collections and arrears management, pre- and post-sale service and retail conduct risks associated with each stage of the retail product life-cycle. Ability to adapt their approach and resource where necessary to ensure a proportionate approach to smaller regulated firms.
•wholesale market conduct, including: upholding market integrity, ensuring effective market abuse systems and controls, managing conflicts and ensuring markets remain orderly in a range of market conditions, appropriate implementation of whistleblowing processes and procedures including assessing the adequacy of investigations, and products and services provide fair value and meet clients’ investment needs.
This will include skills, experience and expertise in a wide variety of product types and in areas such as, but not limited to: COBS, ICOBS, MCOB, BCOBS, CONC, DISP, CMCOB, MAR, COLL and FUND in the FCA handbook, IDD, MiFID, market conduct codes, the requirements of other legislation such as the Competition Act 1998, PSR and EMR, the 2010 Equality Act, and expertise in past business reviews and overseeing redress exercises.
      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: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Financial Crime       
      Lot No: E       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in financial crime, anti-money laundering, anti-bribery and corruption, sanctions, cryptocurrency and payments solutions, tax evasion, market abuse (including insider dealing and market manipulation), and governance of these areas.
This will include skills, experience and expertise in the provision of advice, assessing the adequacy of firms’ systems and controls, and the investigation of areas including, but not limited to: the Market Abuse Regulation (MAR), the Suspicious Transaction and Order Reports (STOR) regime, the Money Laundering Regulations, the Bribery Act 2010, the Criminal Finances Act 2017, relevant SYSC rules, the Joint Money Laundering Steering Group guidance, the Payment Services Regulations 2017 (PSR) and the Electronic Money Regulations 2011 (EMR).
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Prudential - Deposit Takers, recognised Clearing Houses, Central Securities Depositories and PRA- designated Investment Firms       
      Lot No: F       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in assessing whether firms have effective prudential arrangements and how these support safety and soundness and/or operational resilience.
This should include, but not be limited to knowledge of relevant national and international regulatory requirements, standards, guidelines and industry best practice and experience and expertise in:
•assessing and modelling risks (including, credit risk; traded risk; interest rate risk, liquidity and treasury risk; operational risk; and settlement risk);
•calculating prudential requirements (including for capital, liquidity, large exposures, and non-financial resources);
•reviewing the preparation and reporting of regulatory returns;
•business, capital and liquidity planning (including ICAAPs, ILAAPs and stress tests, and for mergers, acquisitions and transfer of business); and
•recovery and resolution planning, implementation and reporting (including Resolution Assessments).
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Prudential - Insurance       
      Lot No: G       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in assessing whether firms have effective prudential arrangements and how these support safety and soundness and/or operational resilience, and/or policyholder protection.
This should include, but not be limited to knowledge of relevant national and international regulatory requirements, standards, guidelines and industry best practice and experience and expertise in:
•in assessing risks arising from life and/or non-life insurance business, (including credit risk, market risk, operational risk, liquidity risk and climate risk).
•business, capital and liquidity planning (including stress tests and mergers, acquisitions and transfer of business).
•reserving and technical provisions;
•underwriting, claims handling and pricing;
•capital modelling – build and review, including the ability to assess insurance firms’ validation of internal models;
•reinsurance modelling and exposure management, including catastrophe risk;
•actuarial modelling;
•asset-liability modelling;
•insurance Special Purpose Vehicles, insurance linked securities and valuation of assets;
•merger and acquisition due diligence;
•reviewing the preparation and reporting of regulatory returns; and
•recovery and resolution planning, implementation and reporting.
      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: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Prudential - Adequate Financial Resources for FCA solo-regulated Firms       
      Lot No: H       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in evaluating whether solo-regulated firms are accurately assessing adequate financial resources to ensure they meet threshold conditions and on-going regulatory requirements.
This will require skills, experience and expertise across different prudential regimes, the FCA Handbook, International Accounting Standards, International Financial Reporting Standards and UK Generally Accepted Accounting Practice.
This should include but not be limited to knowledge of relevant regulatory requirements, standards, guidelines and industry best practice and experience and expertise in assessing:
•Firm’s skills, systems and processes to calculate and hold appropriate level and type of capital and/or liquid resources to cover potential harm and to put things right when they go wrong.
•Firm’s capacity and effectiveness of assessing the likelihood and impact of potential harm to consumer and markets; thereby determining the amount of financial resources (capital and liquidity). The skills, experience and technical expertise should include but not be limited to:
•Non-trading book: operational risk, credit risk, counterparty credit risk, credit valuation adjustment, settlement risk and/or the modelling of these risks, as well as regulatory reporting
•Trading book: market risk, settlement risk, large exposures and/or the modelling of these risks, as well as regulatory reporting
•Any other risks that are inherent to the firm’s business model and that can lead to impair its ability to compensate for harm done
•Firm’s skills, systems and processes to evaluate the viability and sustainability of their own business model and strategy; whereby firms consider forward-looking financial projections and strategic plans, under both business-as-usual and adverse circumstances that are outside their normal and direct control. The assessment of tail risk analysis should include elements like the stress test, reverse stress test and wind-down planning, together with the adequacy of the scenarios, its modelling and the governance of these areas.
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Technology & Information Management       
      Lot No: I       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Advice, skills and technical expertise in assessing whether firms have effective technology and information management systems, and how these support an appropriate culture and/or safety and soundness policy holder protection and/or operational resilience.
This should include but not be limited to
knowledge of national and international regulatory requirements, standards, guidelines and industry good practice, such as:
•Configuration of IT infrastructure standards such IPSEC;
•IT control frameworks, such as COBIT, ISO standards and ITIL;
•Cyber and information security standards and frameworks such as NIST;
•Project and programme management good practices such as PRINCE2 and MSP;
•Software development life cycles such as SSADM and RAD; and
•Relevant IT infrastructure, systems and application software.
and experience and expertise in:
•IT strategy, governance and culture;
•IT risk management;
•Cyber and information security;
•Threat and vulnerability management;
•Service mapping and design, Systems architecture, development and maintenance;
•Incident and problem management;
•Project and change management;
•Performance and capacity management;
•Data integrity, quality and migration;
•Identity and accesses management;
•Physical Environment security;
•Service continuity, testing and disaster recovery management;
•Third party governance (outsourced and off-shore activities, including cloud services); and
•Regulatory Technology (RegTech), including regulatory compliance and reporting.
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: CBEST Threat Intelligence       
      Lot No: J       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of services by a supplier with CREST accreditation for the delivery of CBEST-Threat Intelligence services
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: CBEST Penetration Testing       
      Lot No: K       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of services by a supplier with CREST accreditation for the delivery of CBEST- Penetration Testing services
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 12
      
      II.2.1) Title: Credit Ratings       
      Lot No: L       
      II.2.2) Additional CPV codes:
      66171000 - Financial consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of credit opinions to the standard of public issue credit ratings on financial assets. The service is to be provided by a credit rating agency that is registered or certified in accordance with CRA regulation.
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: The top 20 suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       
II.2) Description Lot No. 13
      
      II.2.1) Title: Business Consultancy       
      Lot No: M       
      II.2.2) Additional CPV codes:
      79400000 - Business and management consultancy and related services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot is divided into specialisms. Suppliers will not need to be able to deliver all specialisms and may be awarded a place on the framework for specific specialisms. The specialisms are as follows:
Risk/Risk Management;
HR Strategy;
Financial, Economical and Policy Related;
Business Consultancy;
Technology;
Forensic Accountancy / General Investigations;
Resource Augmentation; and
Economic Regulation and Analysis
      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: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: All suppliers meeting the minimum scoring threshold in the SQ will be invited to the ITT stage
      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: Not provided       


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:          
      For Lot J suppliers must be CREST certified to deliver Threat Intelligence Services
For Lot K suppliers must be CREST certified to deliver Penetration Testing Services
For Lot L suppliers must be an FCA registered Credit Rating Agency    
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - 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: No       
   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: 19/07/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/09/2021       
      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
      
      

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 Yes       
   Electronic payment will be used Yes       
   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 FCA portal at: https://fca.delta-esourcing.com/tenders/UK-London:-Financial-consultancy-services./C4U3JZ5J79

To respond to this opportunity, please click here: https://fca.delta-esourcing.com/respond/C4U3JZ5J79

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Financial-consultancy-services./8YV8A8WNK8

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/8YV8A8WNK8
   VI.4) Procedures for review
   VI.4.1) Review body:
             Financial Conduct Authority
       12 Endeavour Square, London, E20 1JN, 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:    
    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: 16/06/2021

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Payment Services Regulator
       12 Endeavour Square, London, E20 1JN, United Kingdom
       Email: FPSProcurement@fca.org.uk
       Main Address: www.psr.org.uk
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Bank of England (including the PRA)
       Threadneedle Street, London, EC2R 8AH, United Kingdom
       Email: FPSProcurement@fca.org.uk
       Main Address: www.bankofengland.co.uk
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       Financial Ombudsman Service
       Harbour Exchange Square, London, E14 9SR, United Kingdom
       Email: FPSProcurement@fca.org.uk
       Main Address: www.financial-ombudsman.org.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       Financial Services Compensation Scheme
       10th Floor, Beaufort House, 15 Botolph Street, London, EC3A 7QU, United Kingdom
       Email: FPSProcurement@fca.org.uk
       Main Address: www.fscs.org.uk
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       Money & Pensions Service
       120 Holborn, London, EC1N 2TD, United Kingdom
       Email: FPSProcurement@fca.org.uk
       Main Address: www.moneyandpensionsservice.org.uk
       NUTS Code: UK

View any Notice Addenda

View Award Notice