UK-London: Financial consultancy services.

UK-London: Financial consultancy services.

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 2070664634, Email: kevin.mcmahon@fca.org.uk
Contact: Kevin McMahon
Main Address: www.fca.org.uk
NUTS Code: UK

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.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: CON-20-115 Consultancy & Skilled Persons Framework
Reference number: CON-20-115

II.1.2) Main CPV code:
66171000 - Financial consultancy services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: Creation of a consultancy and skilled persons framework with multiple lots. Lots A to L cover different specialities of s166 skilled persons review as part of the FCA and Bank of England (including the PRA) regulatory remit. Lot M covers general consultancy and is split into specialisms. Suppliers will not need to deliver all of the specialisms in the lot and will be considered for the specialism(s) that they have been selected.

II.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 110,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Client Assets and Safeguarding
Lot No:Lot A

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: This will include skills, experience and expertise in areas such as, but not limited to:
•Client Assets (CASS) and SUP 16 in the appropriate regulator’s Handbook, including governance, regulatory reporting and systems and controls arrangements associated with client assets.
•Safeguarding requirements as set out in the Payment Services Regulations 2017 and E-money Regulations 2011, and the FCA Payment Services and Electronic Money Approach Document.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 2)


II.2.1) Title:Governance, Accountability, Strategy & Culture
Lot No:Lot B

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in assessing whether firms have effective purpose, governance arrangements, leadership and approaches to people and how these support a healthy culture that mitigates potential harm to customers or markets and/or safety and soundness and/or operational resilience
This should include, but not be limited to knowledge of relevant national and international regulatory requirements, standards, guidelines and industry best practice and experience and expertise in assessing:
•governance frameworks (including policies and procedures) and whether they result in effective governance;
•board effectiveness, decision making and influential and accountable leadership;
•people policies and practices (including remuneration, training and competence, psychological safety and diversity and inclusion) and whether these result in behaviours that drive good outcomes;
•leadership and the Senior Managers and Certification Regime, (including the assessment of the fitness and propriety of Senior Managers and certified staff, the embedding and application of the Conduct Rules, and individual accountability);
•firms’ purpose, risk appetite, business model, strategies, change management programmes (during transition, implementation, delivery);
•governance arrangements for recovery and resolution plans;
•approaches to operational resilience and business continuity;
•Board reporting and management information; and
•involvement across all levels of firms that encourages effective challenge and prevents harm by promoting a range of views in the decision-making process.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 3)


II.2.1) Title:Controls and Risk Management Frameworks
Lot No:Lot C

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in assessing whether firms have effective controls and risk management frameworks, including identification and control arrangements to identify and mitigate risks in their business models (including outsourcing arrangements); taking a risk based approach to deliver fair outcomes for customers and/or safety and soundness and/or operational resilience.
This should include but not be limited to knowledge of relevant regulatory requirements, standards, guidelines and industry best practice and experience and expertise in assessing:
•firm’s capacity and effectiveness to self-identify potential harm to consumers and markets; so that it can implement controls to minimise the risk of harm;
•internal control effectiveness across the three lines of defence, operational risk and resilience;
•stress testing frameworks;
•all types of enterprise-wide risk (including operational risk, credit risk, traded risk, liquidity risk, compliance/legal risk, conduct risk, valuation risk, people risk, climate risk and reputational risk management);
•outsourcing arrangements;
•effectiveness and independence of the Risk, Compliance and Internal Audit functions;
•management information (MI) that effectively tracks and monitors risk trends and analysis that would enable pro-active mitigation of risk; thereby minimising risk to business plans, strategic delivery, market impact and customer detriment; including how the MI is used to remedy both emerging and crystallised risk;
•effectiveness of the risk management framework in identifying, mitigating and escalating new or developing risks; and
•model expertise, where risks arise from the use of complex derivatives, to ensure adequate management reporting.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 4)


II.2.1) Title:Conduct of Business
Lot No:Lot D

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in assessing:
•the fair treatment of customers, including: design and distribution of financial products, pricing, marketing and advertising, customer communications, quality of advice, sales practices, management of conflicts of interest, complaints handling, conduct of business rules and guidance, collections and arrears management, pre- and post-sale service and retail conduct risks associated with each stage of the retail product life-cycle. Ability to adapt their approach and resource where necessary to ensure a proportionate approach to smaller regulated firms.
•wholesale market conduct, including: upholding market integrity, ensuring effective market abuse systems and controls, managing conflicts and ensuring markets remain orderly in a range of market conditions, appropriate implementation of whistleblowing processes and procedures including assessing the adequacy of investigations, and products and services provide fair value and meet clients’ investment needs.
This will include skills, experience and expertise in a wide variety of product types and in areas such as, but not limited to: COBS, ICOBS, MCOB, BCOBS, CONC, DISP, CMCOB, MAR, COLL and FUND in the FCA handbook, IDD, MiFID, market conduct codes, the requirements of other legislation such as the Competition Act 1998, PSR and EMR, the 2010 Equality Act, and expertise in past business reviews and overseeing redress exercises.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 5)


II.2.1) Title:Financial Crime
Lot No:Lot E

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in financial crime, anti-money laundering, anti-bribery and corruption, sanctions, cryptocurrency and payments solutions, tax evasion, market abuse (including insider dealing and market manipulation), and governance of these areas.
This will include skills, experience and expertise in the provision of advice, assessing the adequacy of firms’ systems and controls, and the investigation of areas including, but not limited to: the Market Abuse Regulation (MAR), the Suspicious Transaction and Order Reports (STOR) regime, the Money Laundering Regulations, the Bribery Act 2010, the Criminal Finances Act 2017, relevant SYSC rules, the Joint Money Laundering Steering Group guidance, the Payment Services Regulations 2017 (PSR) and the Electronic Money Regulations 2011 (EMR).

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 6)


II.2.1) Title:Prudential - Deposit Takers, recognised Clearing Houses, Central Securities Depositories and PRA- designated Investment Firms
Lot No:Lot F

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in assessing whether firms have effective prudential arrangements and how these support safety and soundness and/or operational resilience.
This should include, but not be limited to knowledge of relevant national and international regulatory requirements, standards, guidelines and industry best practice and experience and expertise in:
•assessing and modelling risks (including, credit risk; traded risk; interest rate risk, liquidity and treasury risk; operational risk; and settlement risk);
•calculating prudential requirements (including for capital, liquidity, large exposures, and non-financial resources);
•reviewing the preparation and reporting of regulatory returns;
•business, capital and liquidity planning (including ICAAPs, ILAAPs and stress tests, and for mergers, acquisitions and transfer of business); and
•recovery and resolution planning, implementation and reporting (including Resolution Assessments).

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 7)


II.2.1) Title:Prudential - Insurance
Lot No:Lot G

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in assessing whether firms have effective prudential arrangements and how these support safety and soundness and/or operational resilience, and/or policyholder protection.
This should include, but not be limited to knowledge of relevant national and international regulatory requirements, standards, guidelines and industry best practice and experience and expertise in:
•in assessing risks arising from life and/or non-life insurance business, (including credit risk, market risk, operational risk, liquidity risk and climate risk).
•business, capital and liquidity planning (including stress tests and mergers, acquisitions and transfer of business).
•reserving and technical provisions;
•underwriting, claims handling and pricing;
•capital modelling – build and review, including the ability to assess insurance firms’ validation of internal models;
•reinsurance modelling and exposure management, including catastrophe risk;
•actuarial modelling;
•asset-liability modelling;
•insurance Special Purpose Vehicles, insurance linked securities and valuation of assets;
•merger and acquisition due diligence;
•reviewing the preparation and reporting of regulatory returns; and
•recovery and resolution planning, implementation and reporting.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 8)


II.2.1) Title:Prudential - Adequate Financial Resources for FCA solo-regulated Firms
Lot No:Lot H

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in evaluating whether solo-regulated firms are accurately assessing adequate financial resources to ensure they meet threshold conditions and on-going regulatory requirements.
This will require skills, experience and expertise across different prudential regimes, the FCA Handbook, International Accounting Standards, International Financial Reporting Standards and UK Generally Accepted Accounting Practice.
This should include but not be limited to knowledge of relevant regulatory requirements, standards, guidelines and industry best practice and experience and expertise in assessing:
•Firm’s skills, systems and processes to calculate and hold appropriate level and type of capital and/or liquid resources to cover potential harm and to put things right when they go wrong.
•Firm’s capacity and effectiveness of assessing the likelihood and impact of potential harm to consumer and markets; thereby determining the amount of financial resources (capital and liquidity). The skills, experience and technical expertise should include but not be limited to:
•Non-trading book: operational risk, credit risk, counterparty credit risk, credit valuation adjustment, settlement risk and/or the modelling of these risks, as well as regulatory reporting
•Trading book: market risk, settlement risk, large exposures and/or the modelling of these risks, as well as regulatory reporting
•Any other risks that are inherent to the firm’s business model and that can lead to impair its ability to compensate for harm done
•Firm’s skills, systems and processes to evaluate the viability and sustainability of their own business model and strategy; whereby firms consider forward-looking financial projections and strategic plans, under both business-as-usual and adverse circumstances that are outside their normal and direct control. The assessment of tail risk analysis should include elements like the stress test, reverse stress test and wind-down planning, together with the adequacy of the scenarios, its modelling and the governance of these areas.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 9)


II.2.1) Title:Technology & Information Management
Lot No:Lot I

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Advice, skills and technical expertise in assessing whether firms have effective technology and information management systems, and how these support an appropriate culture and/or safety and soundness policy holder protection and/or operational resilience.
This should include but not be limited to
knowledge of national and international regulatory requirements, standards, guidelines and industry good practice, such as:
•Configuration of IT infrastructure standards such IPSEC;
•IT control frameworks, such as COBIT, ISO standards and ITIL;
•Cyber and information security standards and frameworks such as NIST;
•Project and programme management good practices such as PRINCE2 and MSP;
•Software development life cycles such as SSADM and RAD; and
•Relevant IT infrastructure, systems and application software.
and experience and expertise in:
•IT strategy, governance and culture;
•IT risk management;
•Cyber and information security;
•Threat and vulnerability management;
•Service mapping and design, Systems architecture, development and maintenance;
•Incident and problem management;
•Project and change management;
•Performance and capacity management;
•Data integrity, quality and migration;
•Identity and accesses management;
•Physical Environment security;
•Service continuity, testing and disaster recovery management;
•Third party governance (outsourced and off-shore activities, including cloud services); and
•Regulatory Technology (RegTech), including regulatory compliance and reporting.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 10)


II.2.1) Title:CBEST Threat Intelligence
Lot No:Lot J

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: The provision of services by a supplier with CREST accreditation for the delivery of CBEST-Threat Intelligence services

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 11)


II.2.1) Title:CBEST Penetration Testing
Lot No:Lot K

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: The provision of services by a supplier with CREST accreditation for the delivery of CBEST- Penetration Testing services

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 12)


II.2.1) Title:Credit Ratings
Lot No:Lot L

II.2.2) Additional CPV code(s):
66171000 - Financial consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: The provision of credit opinions to the standard of public issue credit ratings on financial assets. The service is to be provided by a credit rating agency that is registered or certified in accordance with CRA regulation.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 13)


II.2.1) Title:Business Consultancy
Lot No:Lot M

II.2.2) Additional CPV code(s):
79400000 - Business and management consultancy and related services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: This lot is divided into specialisms.The specialisms are as follows:
Risk/Risk Management;
HR Strategy;
Financial, Economical and Policy Related;
Business Consultancy;
Technology;
Forensic Accountancy / General Investigations;
Resource Augmentation; and
Economic Regulation and Analysis

II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 58

Cost criterion - Name: Commercial / Weighting: 42


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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: Yes
A dynamic purchasing system was set up: 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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-013704



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: CON-20-115 (A)
Lot Number: 1
Title: Lot A Client Assets & Safeguarding

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Alvarez & Marsal Financial Industry Advisory Services LLP, OC338317
Tower Bridge House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Bovill Limited, 03815134
82 Blackfriars Road, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Kroll Advisory Ltd, 05568550
7 Albemarle Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
Ocreus Limited, 08727529
24 Holborn Viaduct, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.9)
Protiviti Limited, 4482240
International Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.10)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

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

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


Award Of Contract (No.2)

Contract No: CON-20-115 (B)(i)
Lot Number: 2
Title: Lot B Governance, Accountability, Strategy & Culture

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 20
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Allen & Overy LLP, OC306763
One Bishops Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Alvarez & Marsal Financial Industry Advisory Services LLP, OC338317)
St. Katherines Way, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Avyse Partners Ltd, 13311604
41 Rodney Road, Cheltenham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Eversheds Sutherland (International) LLP, OC304065
1 Wood Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.10)
Management Solutions, 06324826
5 Bevis Marks, London, United Kingdom
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: 2,500,000
Total value of the contract/lot: 2,500,000
Currency: GBP

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


Award Of Contract (No.3)

Contract No: CON-20-115 (B)(ii)
Lot Number: 2
Title: Lot B Governance, Accountability, Strategy & Culture

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 20
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Ocreus Limited, 08727529
24 Holborn Viaduct, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
PA Consulting Services Limited, 00414220
10 Bressenden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,500,000
Total value of the contract/lot: 2,500,000
Currency: GBP

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


Award Of Contract (No.4)

Contract No: CON-20-115 (C) (i)
Lot Number: 3
Title: Lot C Controls and Risk Management Frameworks

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 22
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Allen & Overy LLP, OC306763
One Bishops Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Alvarez & Marsal Financial Industry Advisory Services LLP, OC338317
St. Katherines Way, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Avyse Partners Limited, 13311604
41 Rodney Road, Cheltenham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
Baringa Partners LLP, OC303471
62 Buckingham Gate, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
Eversheds Sutherland (International) LLP, OC304065
1 Wood Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.10)
Guidehouse Europe Limited, 11378449
100 New Bridge Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP

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


Award Of Contract (No.5)

Contract No: CON-20-115 (C)(ii)
Lot Number: 3
Title: Lot C Controls and Risk Management Frameworks

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 22
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
PA Consulting Services Limited, 00414220
10 Bressenden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP

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


Award Of Contract (No.6)

Contract No: CON-20-115 (D)(i)
Lot Number: 4
Title: Lot D Conduct of Business

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Allen & Overy LLP, OC306763
One Bishops Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Aurexia, 09144432
1 Poultry, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Avyse Partners Limited, 13311604
41 Rodney Road, Cheltenham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Eversheds Sutherland (International) LLP, OC304065
1 Wood Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.10)
Ocreus Limited, 08727529
24 Holborn Viaduct, London, United Kingdom
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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP

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


Award Of Contract (No.7)

Contract No: CON-20-115 (D)(ii)
Lot Number: 4
Title: Lot D Conduct of Business

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
PA Consulting Services Limited, 00414220
10 Bressenden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP

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


Award Of Contract (No.8)

Contract No: CON-20-115 (E)(i)
Lot Number: 5
Title: Lot E Financial Crime

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Avyse Partners Limited, 13311604
41 Rodney Road, Cheltenham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Eversheds Sutherland (International) LLP, OC304065
1 Wood Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Exiger Limited, 8613726
15 Westferry Circus, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Guidehouse Europe Limited, 11378449
100 New Bridge Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Ocreus Limited, 08727529
24 Holborn Viaduct, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.10)
Oliver Wyman Limited, 02995605
1 Tower Place West, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

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: 2,000,000
Currency: GBP

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


Award Of Contract (No.9)

Contract No: CON-20-115 (E) (ii)
Lot Number: 5
Title: Lot E Financial Crime

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Plenitude Consulting Limited, 07593870
40 Bank Street, London, United Kingdom
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: 2,000,000
Currency: GBP

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


Award Of Contract (No.10)

Contract No: CON-20-115 (F)
Lot Number: 6
Title: Lot F Prudential - Deposit Takers, recognised Clearing Houses, Central Securities Depositories and PRA- designated Investment Firms

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Alvarez & Marsal Financial Industry Advisory Services LLP, OC338317
St. Katharines Way, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Baringa Partners LLP, OC303471
62 Buckingham Gate, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Kroll Advisory Limited, 05568550
7 Albemarle Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,500,000
Total value of the contract/lot: 1,500,000
Currency: GBP

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


Award Of Contract (No.11)

Contract No: CON-20-115 (G) (i)
Lot Number: 7
Title: Lot G Prudential - Insurance

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Accenture, 4757301
30 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Barnett Waddingham LLP, OC307678
2 London Wall Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Hymans Robertson LLP, OC310282
One London Wall, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Lane, Clarke & Peacock LLP, OC301436
95 Wigmore Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.10)
Management Solutions, 06324826
6 Bevis Marks, London, United Kingdom
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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP

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


Award Of Contract (No.12)

Contract No: CON-20-115 (G)(ii)
Lot Number: 7
Title: Lot G Prudential - Insurance

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Milliman LLP, OC376134
11 Old Jewry, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Oliver Wyman Limited, 02995605
1 Tower Place West, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Protiviti Limited, 4482240
International Square, Birmingham, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Steve Dixon Associates LLP, OC359741
12-22 West Street, Epsom, United Kingdom
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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP

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


Award Of Contract (No.13)

Contract No: CON-20-115 (H)(i)
Lot Number: 8
Title: Lot H Prudential - Adequate Financial Resources for FCA solo-regulated Firms

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Alvarez & Marsal Financial Industry Advisory Services LLP, OC338317
St. Katharines Way, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Complyport Limited, 04333584
34 Lime Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Kroll Advisory Ltd, 05568550
7 Albemarle Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Management Solutions, 06324826
6 Bevis Marks, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.10)
Ocreus Limited, 08727529
24 Holborn Viaduct, London, United Kingdom
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: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP

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


Award Of Contract (No.14)

Contract No: CON-20-115 (H)(ii)
Lot Number: 8
Title: Lot H Prudential - Adequate Financial Resources for FCA solo-regulated Firms

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Oliver Wyman Limited, 02995605
1 Tower Place West, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

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

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


Award Of Contract (No.15)

Contract No: CON-20-115 (I)(i)
Lot Number: 9
Title: Lot I Technology & Information Management

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Alvarez & Marsal Financial Industry Advisory Services LLP, OC338317
St. Katharines Way, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Capgemini Invent, 00943935
1 Forge End, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Eversheds Sutherland (International) LLP, OC304065
1 Wood Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Mason Advisory Limited, 8990928
White Tower, Manchester, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.10)
PA Consulting Services Ltd, 00414220
10 Bressenden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

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

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


Award Of Contract (No.16)

Contract No: CON-20-115 (I)(ii)
Lot Number: 9
Title: Lot I Technology & Information Management

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Protiviti Limited, 4482240
International Square, Birmingham, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
The Berkeley Partnership, OC346597
20 Farringdon Street, London, United Kingdom
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: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP

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


Award Of Contract (No.17)

Contract No: CON-20-115 (J)
Lot Number: 10
Title: Lot J CBEST Threat Intelligence

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Accenture, 4757301
30 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
NCC Group, 04474600
2 Hardman Boulevard, Manchester, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Netitude Limited, 4705154
71 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Orpheus, 10499131
19 Willow Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.5)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Security Alliance Limited, 06049094
Emperor Way, Exeter, United Kingdom
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: 2,000,000
Currency: GBP

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


Award Of Contract (No.18)

Contract No: CON-20-115 (K)
Lot Number: 11
Title: Lot K CBEST Penetration Testing

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

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: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Accenture, 4757301
30 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Cyberis Limited, 7556994
Tewkesbury Business Park, Tewkesbury, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Withsecure Limited, 04451698)
Basing View, Basingstoke, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Gotham Digital Science Limited, 6005406
122 Leadenhall Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
NCC Group, 04474600
2 Hardman Boulevard, Manchester, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.8)
Nettitude Limited, 4705154
71 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.9)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

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

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


Award Of Contract (No.19)

Contract No: CON-20-115 (L)
Lot Number: 12
Title: Lot L Credit Ratings

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
DBRS Limited, 7139960
20 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Kroll Bond Rating Agency UK Limited, 10985604
Austin Friars, London, United Kingdom
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: 2,000,000
Currency: GBP

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


Award Of Contract (No.20)

Contract No: CON-20-115 (M)(i)
Lot Number: 13
Title: Lot M Business Consultancy

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 53
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Accenture, 4757301
30 Fenchurch Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
AND Digital, 08761455)
1 Bell Street, Maidenhead, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Aurexia, 09144432
1 Poultry, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
Avyse Partners Limited, 13311604
41 Rodney Road, Cheltenham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.5)
B2E Consulting Solutions Limited, 13311604
155-157 Minories, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.6)
BDO LLP, OC305127
55 Baker Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
CEPA, OC326074)
55-56 Lincoln's Inn Fields, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.8)
Deloitte LLP, OC303675
1 New Street Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Ernst & Young LLP, OC300001
1 More London Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.10)
European Economic Research Limited, 3477100
5 Chancery Lane, London, United Kingdom
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: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

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


Award Of Contract (No.21)

Contract No: CON-20-115 (M)(ii)
Lot Number: 13
Title: Lot M Business Consultancy

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 53
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Fingleton Limited, 08371505
843 Finchley Road, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
FTI Consulting LLP, OC372614
200 Aldersgate, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Grant Thornton UK LLP, OC307742
30 Finsbury Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Guidehouse Europe Limited, 11378449
100 New Bridge Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Lipis Advisors Gmbh, 107154B
Uhlandstrasse 85, Berlin, Germany
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.7)
Lucerna Partners Limited, 08347324
Harrow Park, Harrow, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.8)
Macfarlanes LLP, OC334406
20 Cursitor Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Management Solutions, 06324826
6 Bevis Marks, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.10)
Mason Advisory Limited, 8990928
White Tower, Salford, United Kingdom
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: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

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


Award Of Contract (No.22)

Contract No: CON-20-115 (M)(iii)
Lot Number: 13
Title: Lot M Business Consultancy

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/03/2022

V.2.2) Information about tenders
Number of tenders received: 53
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Mazars LLP, OC308299
St Katharines Way, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Milliman LLP, OC376134
11 Old Jewry, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
North Highland UK, 04801815
120 Holborn, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Oliver Wyman Limited, 02995605
1 Tower Place West, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
PA Consulting Services Limited, 00414220
10 Bressenden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Program Planning Professionals t/a PCubed, 03025947
3-5 Crutched Friars, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.7)
Plenitude Consulting Limited, 07593870
40 Bank Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.8)
PriceWaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.9)
Square 4 Partners Limited, 13470352
48 Warwick Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.10)
The Berkeley Partnership, OC346597
20 Farringdon Street, London, United Kingdom
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: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

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

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=697479828

VI.4) Procedures for review

VI.4.1) Review body
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom

VI.4.2) Body responsible for mediation procedures
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070666702

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070666702

VI.5) Date of dispatch of this notice: 07/07/2022

ANNEX A

I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Payment Services Regulator
12 Endeavour Square, London, E20 1JN, United Kingdom
Email: fcaprocurement@fca.org.uk
Main Address: www.psr.org.uk
NUTS Code: UK

2: Contracting Authority
Bank of England (including the PRA)
Threadneedle Street, London, EC2R 8AH, United Kingdom
Email: fcaprocurement@fca.org.uk
Main Address: www.bankofengland.co.uk
NUTS Code: UK

3: Contracting Authority
Financial Ombudsman Service
Harbour Exchange Square, London, E14 9SR, United Kingdom
Email: fcaprocurement@fca.org.uk
Main Address: www.financial-ombudsman.org.uk/
NUTS Code: UK

4: Contracting Authority
Financial Services Compensation Scheme
10th Floor, Beaufort House, 15 Botolph Street, London, EC3A 7QU, United Kingdom
Email: fcaprocurement@fca.org.uk
Main Address: www.fscs.org.uk
NUTS Code: UK

5: Contracting Authority
Money & Pensions Service
120 Holborn, London, EC1N 2TD, United Kingdom
Email: fcaprocurement@fca.org.uk
Main Address: www.moneyandpensionsservice.org.uk
NUTS Code: UK