Section one: Contracting authority
one.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square
London
E20 1JN
Contact
FCA Procurement
Telephone
+44 2070661000
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
01920623
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-fca.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-fca.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Financial Regulation
one.5) Main activity
Other activity
Financial Regulation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision or eDiscovery Solution
Reference number
C2932
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The FCA has a requirement for a eDiscovery solution and will carry out a procurement process in accordance with the Restricted Procedure under the Regulations (Regulation 28, the Public Procurement Regulations – PCR – 2015).
A Prior Information Notice (PIN) reference 2024/S 000-019679 was issued in June 2024 in relation to this requirement.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48170000 - Compliance software package
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
London
two.2.4) Description of the procurement
The FCA has a requirement for a eDiscovery solution and will carry out a procurement process in accordance with the Restricted Procedure under the Regulations (Regulation 28, the Public Procurement Regulations – PCR – 2015).
The process will be carried out in two distinct stages.
Stage 1 – Selection Questionnaire
The first stage requires interested suppliers to submit a completed Selection Questionnaire (SQ) through FCA's eTendering portal, by the 4th March 2025, demonstrating their suitability to deliver the required services. This first stage will assess suppliers’ financial stability, technical competence, and relevant experience. A minimum of 5 Bidders, who meet the minimum selection criteria will be invited to proceed to the next stage. The FCA reserves the right to invite more than 5 Bidders.
Stage 2 – Invitation To Tender (ITT)
The second stage involves the submission of detailed tenders from the shortlisted suppliers. These tenders will be evaluated against the criteria set out in an Invitation to Tender (ITT). The contract will be awarded to the supplier whose tender represents the most economically advantageous offer based on the evaluation criteria. All suppliers will be notified of the outcome of the tendering process, and feedback will be provided upon request.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Initial term of contract is five (5) years with option to extend for two (2) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This procurement will be carried out using FCA's eTendering portal (Atamis). Suppliers are required to register in order to participate. Link to portal: https://atamis-fca.my.site.com/s/Welcome
Additional CPV Codes: 72222300, 72268000, 72263000, 72265000, 72266000
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Details of the tender and selection and award criteria are in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Detailed in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-019679
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 April 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
FCA
12 Endeavour Square
London
E20 1JN
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
FCA
12 Endeavour Square
London
E20 1JN
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
FCA
12 Endeavour Square
London
E20 1JN
Country
United Kingdom