UK-London: Software package and information systems.

UK-London: Software package and information systems.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070660911, Email: Paul.Riley@fca.org.uk
Contact: Paul Riley
Main Address: https://www.fca.org.uk/, Address of the buyer profile: https://fca.delta-esourcing.com/
NUTS Code: UK

I.2) Joint procurement:
The contract involves joint procurement: No
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Economic and financial affairs

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Provision of a Search and Discovery (Insight Engine) Solution
Reference number: CON-20-050

II.1.2) Main CPV code:
48000000 - Software package and information systems.


II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: The Financial Conduct Authority is awarding the Contract for the Provision of a Search and Discovery (Insight Engine) Solution. The Contract will deliver a Search and Discovery capability to the FCA.

The Contract will cover the following element, details are:

1. Provision of the software;
2. Implementation of the base functionality in the FCA cloud;
3. Assistance with configuration to meet full FCA requirements;
4. Provide integration to the FCA's Enterprise Data Platform;
5. Transition to support and service model as defined in the requirements.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 1,320,186

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
48000000 - Software package and information systems.
72000000 - IT services: consulting, software development, Internet and support.


II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the procurement: This is a Contract Award.

The FCA sought to procure a Search and Discovery solution, which would be hosted in the FCA cloud to deliver the following outcomes.

The objective included:
•To provide the entire FCA workforce (to varying degrees) access to market leading capability to exploit (search, discover and gain insight from) the diverse data the FCA has access to.

The Search outcomes included:
•an enterprise search that empowers users to conduct powerful and rich context searches across a variety of data types held in a number of locations (within the organisation)
•the ability to add external sources such as companies house, partner organisation data, open data sets etc.
•the ability to extend and evolve search models over time
•an intuitive means (low entry barrier) through which to identify results beyond a simple search (e.g. visualisation to help interpretation by non-data/intelligence specialists),
•a capability that fosters collaboration among colleagues e.g. capturing and sharing insights gleaned between teams
•support the FCA data strategy through the development of new (and leveraging existing) data management collateral within the FCA

The Discovery outcomes included:
•discovery analytics that provide users with rich context and intelligence within the data e.g. through inexact matching, visualisations, collaboration, notifications, analytics
•the ability to discover new related data sets as part of intelligent searching,
•support programming of rules based alerts that indicate cause for concern, e.g. firms exhibiting behaviours FCA deem to be indicators of risk/harm at any given time
•support FCA information security access controls (e.g. ensuring users see what their authorised to, inheriting security profile of source systems)
•to enhance the FCA’s capacity to identify and record new risks, and plough these back into training models
•the ability to track provenance (e.g. demonstrating evidence-based decisions, exhibiting diligence in face of external audit)


The contract will provide the software, implementation/configuration services and the Supplier will provide additional services related to the delivery of the solution post go live for the duration of the contract.

The value of the contract may increase over the term in light of these additional services additional services. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 75

Cost criterion - Name: Total Cost of Ownership / Weighting: 25


II.2.11) Information about options
Options: Yes
Description of these options:This is a Contract Award

The Contract has been awarded for 3 (three) years commencing on the 30th April 2021, the initial term will end on the 29th April 2024. The FCA will have two optional extension periods of 3 (three) years. This could result in the contract being extended until the 29th April 2030. The Contract award value of £1,320,186 ex VAT is for the initial term based on the first phase of deployment. As stated in the original Contract Notice, the solution will be scaled up over time. As a result the value of the contract will increased based on additional services provided by the Supplier. These modifications were provided for in the original Procurements Documents and would comply with Regulation 72 of the Public Contract Regulations 2015.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: This is a Contract Award.


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 30/03/2021

V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 9

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Aiimi Ltd, 05648705
5th Foor, 100 Avebury Boulevard, Milton Keynes, MK9 1FH, United Kingdom
Internet address: https://www.aiimi.com/
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,000,000
Total value of the contract/lot: 1,320,186
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: This is a Contract Award.

The Contract has been awarded for 3 (three) years commencing on the 30th April 2021, the initial term will end on the 29th April 2024. The FCA will have two optional extension periods of 3 (three) years. This could result in the contract being extended until the 29th April 2030. The Contract award value of £1,320,186 ex VAT is for the initial term based on the first phase of deployment. As stated in the original Contract Notice, the solution will be scaled up over time. As a result the value of the contract will increased based on additional services provided by the Supplier. These modifications were provided for in the original Procurements Documents and would comply with Regulation 72 of the Public Contract Regulations 2015.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=592569706

VI.4) Procedures for review

VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

VI.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.

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 10/05/2021