Tender

Risk, Audit and Compliance Solution

  • Financial Conduct Authority

F02: Contract notice

Notice identifier: 2024/S 000-003431

Procurement identifier (OCID): ocds-h6vhtk-043685

Published 1 February 2024, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Financial Conduct Authority

12 Endeavour Square

London

E20 1JN

Contact

Phil Lamacraft

Email

fcaprocurement@fca.org.uk

Telephone

+44 2070661000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

01920623

Internet address(es)

Main address

www.fca.org.uk

Buyer's address

www.fca.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-fca.my.salesforce.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-fca.my.salesforce.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Financial Regulator

one.5) Main activity

Other activity

Financial Regulation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Risk, Audit and Compliance Solution

Reference number

CON-23-235

two.1.2) Main CPV code

  • 48517000 - IT software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The FCA is establishing a contractual mechanism to implement a Risk, Internal Audit and Compliance Solution to the FCA for a period of three years starting from 1 September 2024 with an option to extend by two further periods of 12 months each (maximum term 5 years).

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
Main site or place of performance

Inner London - East

two.2.4) Description of the procurement

The FCA is establishing a contractual mechanism to implement a Risk, Internal Audit and Compliance Solution to the FCA for a period of three years starting from 1 September 2024 with an option to extend by two further periods of 12 months each (maximum term 5 years).
As a fully independent subsidiary of the FCA, the PSR operates to a shared service agreement, but each retains full data segregation. Any proposed solution will be required to maintain this segregation.
The system will support the further embedding of the Risk Management Frameworks that are operated by the FCA and PSR respectively, enabling greater levels of risk maturity across both organisations and ensuring efficient and effective risk-conscious decision making and prioritisation.
Risk Management plays an essential role in helping to deliver on our Strategy and statutory and operational objectives. It does this by helping to ensure we are operating in an effective and efficient risk-based manner in identifying and delivering the timely interventions to appropriately identify, prevent, mitigate, manage, influence and report on actual and potential Risks of Harm.
The current risk system is a commercial off the shelf (COTS), software as a service (SaaS) platform. This has been configured to support, as examples, the FCA’s risk of harm and own risk taxonomies and scoring methodologies, to automate aspects of the FCA’s Risk and Control Self-Assessment (RCSA) process; Risk Event Management process; risk acceptance and various risk and assurance reviews that are conducted by 2LOD. Additionally, it includes a small number of cross-cutting Risks of Harm.
The current Internal Audit (IA) system is used as a workflow tool to manage the activities associated with internal audits, including findings and actions. This is also a COTS SaaS, with a component hosted on desktop.
Both systems are functionally similar platforms and classified as ‘Governance, Risk and Compliance’ software tools. Moving to a single platform for all risk and audit information will support the consolidation of our IT estate.
A unified platform is envisaged to benefit day to day users, providing a clear view of the risks and controls they manage, linking the outcomes of IA reviews to wider risk management activities. In addition, this would provide stakeholders with an improved view of risk exposures and resultant mitigations by connecting the data to enable more effective and efficient decision making.
The system will be required to support the FCA’s roadmap for critical risk management tools and processes and must therefore be able to support existing (and new) capabilities that have not previously been automated, such as Compliance (i.e., policy management and the implementation of a standardised control library) and Key Risk Indicator management.
We anticipate the system will provide access to real time risk and audit data, providing a high degree of flexibility in the ability to analyse and report on that data on an individual and aggregated risk basis to identify and monitor trends over time. For example, linkages across various records and metrics on a one-to-one, one-to-many and/or one-to-all basis.
The system must be implemented with minimal disruption to current processes and business operations. The supplier will demonstrate a robust approach to significant change and issue resolution, working cohesively with the FCA Product Group to support and independently configure the product.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2029

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: No

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

The contract will have an initial term of 3 years and is envisaged to allow for a further 2 x 12 month extensions


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2024

Local time

12:00pm

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

Tender must be valid until: 1 September 2024

four.2.7) Conditions for opening of tenders

Date

4 March 2024

Local time

12:00pm


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

Financial Conduct Authority

12 Endeavour Square

London

E20 1JN

Email

chengetai.garaiza@fca.org.uk

Country

United Kingdom

Internet address

www.fca.org.uk