FCA Cloud and Technology Resourcing and Outcomes Framework
The Financial Conduct Authority intends to enter into a cloud and technology resourcing and outcomes Framework.
United Kingdom-London: IT services: consulting, software development, Internet and support
2019/S 016-033748
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
12 Endeavour Square
London
E20 1JN
United Kingdom
Contact person: IS Procurement
E-mail: ISProcurement@fca.org.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cloud and Technology Resourcing and Outcomes Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Financial Conduct Authority (FCA) intends to enter into a cloud and technology resourcing and outcomes framework to meet an identified need for cloud and other technology and project delivery resources.
The framework will support a number of technology programmes and projects, as well as FCAs transition to the cloud in the coming years, on both a resource and outcome basis.
The framework shall consist of three (3) principal lots:
— lot 1 — design, build and run,
— lot 2 — programme management and resourcing,
— lot 3 — and specialist consultancy services.
Applicants may decide to submit a proposal for 1, 2 or all 3 lots. If choosing to bid for more than 1 lot, applicants must ensure they complete the relevant sections of ITT documentation applicable to all applicants, including specific documentation applicable to the selected lots.
Further details regarding requirements, instructions and other general information can be found on the FCA Bravo e-Sourcing portal.
II.1.5)Estimated total value
II.1.6)Information about lots
— lot 1 — design, build and run,
— lot 2 — programme management and resourcing,
— lot 3 — and specialist consultancy services.
II.2.1)Title:
Design, Run and Build
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The majority of services are intended to be delivered on site in London or off site in the UK. However, the FCA will allow certain specific services and outcomes to be delivered offshore.
II.2.4)Description of the procurement:
The FCA has an ongoing requirement for specialist technology skills to support new projects and initiatives with architecture, engineering and operational resources. This activity may be delivered by supplementing FCA’s internal cloud teams with industry experience to help support delivery of new cloud capability. The FCA is seeking partners for a broad range of roles focused on delivering changes based on business demand, optimisation of the ways of working, platform enhancement and operational effectiveness.
Typical resources identified to deliver services under this lot include (but are not limited to) the following:
— agile coach,
— product analyst,
— product architect — AWS, Salesforce, Data and Analytics, Office 0365/Azure, Sharepoint, ERP,
— DevOps Lead Engineer,
— DevOps Engineer — AWS, Salesforce, Data and Analytics, Office 0365/Azure, Sharepoint, ERP,
— Software Development Engineer in Test (SDET),
— Lead Software Development Engineer in Test (SDET),
— test manager,
— security architect,
— network architect,
— product service manager,
— product release manager,
— cloud compliance and assurance,
— cloud security operations analyst,
— config manager,
— product owner.
Expected outcomes from service delivery under this lot include (but are not limited to):
— migration plan,
— application architecture design,
— application hosting architecture,
— environment architecture,
— implementation plan,
— delivery of new or improved infrastructure or service,
— delivery of an application in the cloud.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Programme Management and Resourcing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The majority of the services are intended to be delivered on site in the United Kingdom (UK), from the FCA offices in London.
II.2.4)Description of the procurement:
The FCA has an ongoing requirement for highly effective project and programme delivery services across a range of regulatory, business transformation, specialist technology and cloud consultancy support in order to deliver on the FCA mission and to support it’s exploitation of cloud technologies.
This activity may be delivered by supplementing FCA’s existing delivery teams, or by stand-alone consulting teams.
Typical resources identified to deliver services under this lot include (but are not limited to) the following:
— programme manager,
— project manager,
— PMO,
— PSO,
— business analyst,
— business change,
— business architect.
Expected outcomes from service delivery under this lot include (but are not limited to):
— deliver a combination of regulatory, business transformational, focused business change, technology and data related change initiatives aligned to the FCA mission,
— programme and project delivery,
— project assurance,
— statements of requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The majority of services are intended to be delivered on site in the United Kingdom, from the FCA offices in London.
II.2.4)Description of the procurement:
The FCA has an ongoing requirement for specialist technology and cloud consultancy to support its exploitation of cloud technologies. This activity may be delivered by supplementing FCA existing architecture teams, or by stand-alone consulting teams. The FCA is seeking partners for a broad range of consulting activities.
Typical resources identified to deliver services under this lot include (but are not limited to) the following:
— director or partner,
— managing consultant,
— principle consultant,
— senior consultant,
— consultant,
— junior consultant,
— enterprise architect.
Expected outcomes from service delivery under this lot include:
— discovery and analysis of the FCA’s technology estate,
— defining cloud strategy,
— discovery work,
— business case creation to reach a target state,
— evaluation activities,
— enterprise architecture,
— policies, standards, patterns,
— proof of concepts for a new technology,
— benefit identification and realisation,
— target operating model for the FCA’s staff and services,
— technical target architecture for the FCA’s infrastructure and applications,
— technology roadmap.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Additional framework information:
The following entities, and any of their successors in title, are permitted to use the framework agreements resulting from this procurement:
— the financial conduct authority,
— the financial services authority,
— the payment systems regulator,
— the prudential regulation authority,
— the financial ombudsman service,
— the financial services compensation scheme.
Registration and response to this notice:
1) To register and respond to this notice existing users can login to the eSourcing portal: https://fca.bravosolution.co.uk and new users should follow the registration process to receive a username and password;
2) Login to the portal — click the “PQQs/ITTs Open to all Suppliers” link. Click on ITT: itt_29544 – CON 18-133 Invitation to Tender to access the content. Click on the “Express Interest“ button at the top of the page. This will move the PQQ/ITT into your “My PQQs/My ITTs“ page. You can now access the ITT response documents;
3) Responding to the tender — click “My Response“ under “PQQ/ITT Details“.
You can now use the “Messages“ function to communicate with the authority on any clarification. Ensure you fill in the template for raising clarification questions and submit these by the set deadline for clarification questions.
Note the deadline for ITT response submission, then follow the onscreen instructions to complete, ensuring you press the “Submit Response“ button before the ITT response deadline.
If you require further assistance contact the Bravo help desk on 0800 368 4850.
VI.4.1)Review body
12 Endeavour Square
London
E20 1JN
United Kingdom
E-mail: ISProcurement@fca.org.uk
VI.4.2)Body responsible for mediation procedures
12 Endeavour Square
London
E20 1JN
United Kingdom
E-mail: ISProcurement@fca.org.uk
VI.4.3)Review procedure
As set out in the UK Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
12 Endeavour Square
London
E20 1JN
United Kingdom
E-mail: ISProcurement@fca.org.uk
VI.5)Date of dispatch of this notice: