Section one: Contracting authority
one.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square
London
E20 1JN
Contact
Paul Riley
Telephone
+44 2070660911
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://fca.delta-esourcing.com/
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
Third Party Due Diligence Security Assessment Partner
Reference number
CON-22-277
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Financial Conduct Authority (FCA) is awarding a contract for a partner to perform third party due diligence. The FCA will request the partner to undertake cyber security assessments as and when required based on an agreed rate card.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £600,000
two.2) Description
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 Financial Conduct Authority (FCA) is awarding a contract for a partner to perform third party due diligence. The FCA will request the partner to undertake cyber security assessments as and when required based on an agreed rate card.
two.2.5) Award criteria
Quality criterion - Name: Account Management Approach / Weighting: 5
Quality criterion - Name: Reporting / Weighting: 5
Quality criterion - Name: Core Requirements / Weighting: 35
Quality criterion - Name: Trend and New Developments / Weighting: 5
Quality criterion - Name: Contract Approach and Methodology / Weighting: 5
Quality criterion - Name: Collaboration and Communication / Weighting: 3.5
Quality criterion - Name: Exit Strategy / Weighting: 2
Quality criterion - Name: Service Level Agreements / Weighting: 2
Quality criterion - Name: Scenario Based Assessment: Case Study 1 / Weighting: 1.5
Quality criterion - Name: Scenario Based Assessment: Case Study 2 / Weighting: 1.5
Quality criterion - Name: Scenario Based Assessment: Case Study 3 / Weighting: 1.5
Quality criterion - Name: Scenario Based Assessment: Case Study 4 / Weighting: 1.5
Quality criterion - Name: Scenario Based Assessment: Case Study 5 / Weighting: 1.5
Cost criterion - Name: Price / Weighting: 30
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
This is a contract award notice.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-020926
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 November 2023
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Toro Risk Solutions - Global Limited
17-19 Cockspur Street
London
SW1Y 5BL
Telephone
+44 02081329267
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
09465940
Internet address
https://www.torosolutions.co.uk/
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Total value of the contract/lot: £600,000
Section six. Complementary information
six.3) Additional information
The award of £600,000 ex VAT is for the initial two years of the contract and capped at £300,000 ex VAT per year. The value of spend, will be dependent on the number of assessments in each year period and will be priced in accordance to the rate card within the contract. There will be two options to extend beyond the initial term of 24 months. Both options will be up to 12 months in duration, meaning the maximum term will be 48 months.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=842660144" target="_blank">https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=842660144
GO Reference: GO-2024214-PRO-25170500
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any review proceedings will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 ('PCR 2015'). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, the contracting party will incorporate a minimum ten (10) calendar days standstill period from the date information on the award of the contract is communicated to tenderers. The notification will provide full information on the award decision.