Opportunity

CON-20-115 Consultancy & Skilled Persons Framework

  • Financial Conduct Authority
  • Payment Services Regulator
  • Bank of England (including the PRA)
  • Financial Ombudsman Service
  • Financial Services Compensation Scheme
Show 1 more buyer Show fewer buyers
  • Money & Pensions Service

F02: Contract notice

Notice reference: 2021/S 000-013704

Published 17 June 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

Financial Conduct Authority

12 Endeavour Square

London

E20 1JN

Contact

Kevin McMahon

Email

FPSProcurement@fca.org.uk

Telephone

+44 2070664634

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://fca.delta-esourcing.com/

Buyer's address

www.fca.org.uk

one.1) Name and addresses

Payment Services Regulator

12 Endeavour Square

London

E20 1JN

Email

FPSProcurement@fca.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.psr.org.uk

one.1) Name and addresses

Bank of England (including the PRA)

Threadneedle Street

London

EC2R 8AH

Email

FPSProcurement@fca.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.bankofengland.co.uk

one.1) Name and addresses

Financial Ombudsman Service

Harbour Exchange Square

London

E14 9SR

Email

FPSProcurement@fca.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.financial-ombudsman.org.uk/

one.1) Name and addresses

Financial Services Compensation Scheme

10th Floor, Beaufort House, 15 Botolph Street

London

EC3A 7QU

Email

FPSProcurement@fca.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.fscs.org.uk

one.1) Name and addresses

Money & Pensions Service

120 Holborn

London

EC1N 2TD

Email

FPSProcurement@fca.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.moneyandpensionsservice.org.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.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 above-mentioned address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CON-20-115 Consultancy & Skilled Persons Framework

Reference number

CON-20-115

two.1.2) Main CPV code

  • 66171000 - Financial consultancy services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £110,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Client Assets & Safeguarding

Lot No

A

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £1,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Governance, Accountability, Strategy & Culture

Lot No

B

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £2,500,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Controls and Risk Management Frameworks

Lot No

C

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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

To respond to this opportunity please click here: https://fca.delta-esourcing.com/respond/8YV8A8WNK8

two.2) Description

two.2.1) Title

Conduct of Business

Lot No

D

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £3,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Financial Crime

Lot No

E

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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).

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: £2,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Prudential - Deposit Takers, recognised Clearing Houses, Central Securities Depositories and PRA- designated Investment Firms

Lot No

F

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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).

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: £1,500,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Prudential - Insurance

Lot No

G

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £3,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Prudential - Adequate Financial Resources for FCA solo-regulated Firms

Lot No

H

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £1,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Technology & Information Management

Lot No

I

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £1,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

CBEST Threat Intelligence

Lot No

J

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The provision of services by a supplier with CREST accreditation for the delivery of CBEST-Threat Intelligence services

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: £2,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

CBEST Penetration Testing

Lot No

K

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The provision of services by a supplier with CREST accreditation for the delivery of CBEST- Penetration Testing services

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: £1,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Credit Ratings

Lot No

L

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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.

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: £2,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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) Description

two.2.1) Title

Business Consultancy

Lot No

M

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

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: £80,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

two.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

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


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

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

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

Restricted procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

19 July 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 September 2021

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.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

GO Reference: GO-2021616-PRO-18413509

six.4) Procedures for review

six.4.1) Review body

Financial Conduct Authority

12 Endeavour Square

London

E20 1JN

Country

United Kingdom