Financial Conduct Authority: CON-21-101 Service Desk (SD) and End User Compute (EUC) Services

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

Notice Summary
Title: CON-21-101 Service Desk (SD) and End User Compute (EUC) Services
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Services
Procedure: Restricted
Short Description: The Financial Conduct Authority are looking for a Strategic Partner to support its vision to provide a high quality and efficient UK based Service Desk and End User Compute services contract for the next five (5) years with the option for two (2) separate one (1) year extensions (5+1+1). The solution will support ~6300 end users across FCA and PSR offices. The end user device estate currently consists of ~5600 laptops and ~2300 mobile/tablet devices and is subject to change during the contract term.
Published: 10/03/2023 16:38
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: Computer-related management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Financial Conduct Authority
             12 Endeavour Square, London, E20 1JN, United Kingdom
             Tel. +44 2070661000, Email: fcaprocurement@fca.org.uk
             Contact: Abdul Qyyum Choudhury
             Main Address: www.fca.org.uk
             NUTS Code: UKI
      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:-Computer-related-management-services./842ZB2PCF8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://fca.delta-esourcing.com/ 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
            Other type:: Financial Regulator
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: CON-21-101 Service Desk (SD) and End User Compute (EUC) Services       
      Reference Number: CON-21-101
      II.1.2) Main CPV Code:
      72510000 - Computer-related management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Financial Conduct Authority are looking for a Strategic Partner to support its vision to provide a high quality and efficient UK based Service Desk and End User Compute services contract for the next five (5) years with the option for two (2) separate one (1) year extensions (5+1+1).

The solution will support ~6300 end users across FCA and PSR offices. The end user device estate currently consists of ~5600 laptops and ~2300 mobile/tablet devices and is subject to change during the contract term.       
      II.1.5) Estimated total value:
      Value excluding VAT: 122,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      72510000 - Computer-related management services.
      30210000 - Data-processing machines (hardware).
      30211300 - Computer platforms.
      30213100 - Portable computers.
      30213200 - Tablet computer.
      30213300 - Desktop computer.
      30231000 - Computer screens and consoles.
      30231300 - Display screens.
      30211400 - Computer configurations.
      30213000 - Personal computers.
      30214000 - Workstations.
      30237270 - Portable computer carrying cases.
      30237280 - Power supply accessories.
      48730000 - Security software package.
      48731000 - File security software package.
      48732000 - Data security software package.
      48761000 - Anti-virus software package.
      48781000 - System management software package.
      48782000 - Storage management software package.
      48783000 - Content management software package.
      50312600 - Maintenance and repair of information technology equipment.
      50312300 - Maintenance and repair of data network equipment.
      72210000 - Programming services of packaged software products.
      72211000 - Programming services of systems and user software.
      72212000 - Programming services of application software.
      72226000 - System software acceptance testing consultancy services.
      72227000 - Software integration consultancy services.
      72228000 - Hardware integration consultancy services.
      72310000 - Data-processing services.
      72511000 - Network management software services.
      72512000 - Document management services.
      72800000 - Computer audit and testing services.
      72810000 - Computer audit services.
      72820000 - Computer testing services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The FCA are looking to procure Service Desk and End User Compute services for the next five (5) years with the option for two (2) separate one (1) year extensions. This is a joint procurement conducted in its entirety by the FCA for and on behalf of the FCA and the PSR jointly with all services being provided to both organisations. The contract terms for this procurement will be an amended version of the Cabinet Office Model Services Contract. The contract is subject to the law of England and Wales.

All services provided by the successful supplier must be delivered within the UK, with the full list of services and scope detailed in the ITT.

The scope of Service Desk requirements includes but is not limited to the ongoing delivery of the functions detailed in the ITIL Framework which covers Incident Management, Major Incident Management, Problem Management, Knowledge Management, Change Management and Request Fulfilment.

The scope of EUC services includes but is not limited to the ongoing delivery and management of Identity and Access Management, Telephony services, management of Azure Platforms and tools, Asset Management, AV equipment and Microsoft “Evergreen” services.

The £105m starting range only considers BAU and Change costs throughout the term of the contract.

The £122m referenced in II1.5 is the potential total contract spend taking into account the expected BAU and Change cost, with the FCA exercising its options for Environmental Insurance and Technical Refresh.
      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: 122,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Yes, two (2) twelve (12) month extension options subject to the Authority’s discretion (5+1+1)
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: The number of candidates will be limited in accordance with the provisions stated in the Selection Questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: 2 optional 1-year extensions

The FCA may ask the supplier to purchase Environment Insurance during the term of the contract. Further information can be found in Schedule 6 of the contract.

The authority reserves the right to use the contract to complete a Technology Refresh which might include supply of laptops and other hardware and software. Further information can be found in Schedule 2 of the contract.
      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: The FCA reserves the right at its absolute discretion to amend the procurement timetable at any point and/or to abandon the procurement without awarding a contract.

Please refer to section VI.3 under Complementary Information for further details.       


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:          
      Not Applicable    
      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       
      The successful supplier must meet the performance levels stated in Schedule 3 of the Contract.          
      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 - NO        
         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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2022/S 000 - 021875       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/04/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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): 12
      
      

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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: In no circumstances will the FCA be liable for any costs incurred by suppliers in connection with this contract opportunity (whether in relation to FCA Service Desk and EUC Services or any other related opportunity that may be deemed to relate to this contract notice).

The Financial Conduct Authority intends to hold a Procurement Launch Event on 20 March. To attend this event, please contact fcaprocurement@fca.org.uk stating your name, organisation name and names of all individuals from your organisation who you would like to attend.

The scoring ratio is broken down as follows: 60% Quality, 10% Social Value and 30% Price.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Computer-related-management-services./842ZB2PCF8

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/842ZB2PCF8
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Financial Conduct Authority
          London, E20 1JN, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with the Public Contracts Regulations 2015, the FCA will incorporate a minimum 10 calendar day standstill period from the date that the contract award decision is communicated to tenderers.    
   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: 10/03/2023

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 Systems Regulator
       12 Endeavour Square, London, E20 1JN, United Kingdom
       Email: fcaprocurement@fca.org.uk
       Main Address: www.psr.org.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice