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
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://fca.delta-esourcing.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fca.delta-esourcing.com/
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
Provision of a Market Surveillance Solution
Reference number
CON-021-080
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The FCA is refreshing its Market Surveillance capability and is looking to update and develop the functionality/scope or capabilities of its current solution.
The current capability is a cloud hosted big data solution that receives around 30m Transaction Reports and circa 200m Order messages covering market activity on around 10,000 listed Products (with associated derivatives) each day and generates alerts to detect potential market abuse and identify trends for further investigation by analysts.
As part of this refresh the FCA would like to extend current capabilities beyond secondary market activity into the near real-time world of issues affecting listed companies.
The solution will be delivered as Software as a Service (SaaS).
All details of the requirements are provided in the ITT documentation.
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.2.2) Additional CPV code(s)
- 48812000 - Financial information systems
- 72000000 - IT services: consulting, software development, Internet and support
- 48000000 - Software package and information systems
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 FCA is refreshing its Market Surveillance capability and is looking to update and develop the functionality/scope or capabilities of its current solution.
The current capability is a cloud hosted big data solution that receives around 30m Transaction Reports and circa 200m Order messages covering market activity on around 10,000 listed Products (with associated derivatives) each day and generates alerts to detect potential market abuse and identify trends for further investigation by analysts.
As part of this refresh the FCA would like to extend current capabilities beyond secondary market activity into the near real-time world of issues affecting listed companies.
The solution will be delivered as Software as a Service (SaaS).
All details of the requirements are provided in the ITT documentation.
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
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There will be two (2) options for renewal at the end of the initial five (5) year term. Each renewal will be for a maximum duration of 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will be two (2) options for renewal at the end of the initial five (5) year term. Each renewal will be for a maximum duration of 12 months.
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 Access Code for Delta is: T584Z4947K
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009705
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 November 2021
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 November 2021
Local time
12:01pm
Place
London
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/T584Z4947K
GO Reference: GO-2021104-PRO-19015687
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.