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
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 Market Surveillance Solution
Reference number: CON-21-080

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


II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: This is the Contract Award Notice for the FCA's Market Surveillance Solution.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 5,044,967.05

Currency:GBP

II.2) Description

II.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.


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 is the Contract Award Notice for the FCA's Market Surveillance Solution. The Initial term is for sixty (60) months with two (2) extension options of twelve (12) months on each occurrence.

II.2.5) Award criteria:
Quality criterion - Name: Alert Configuration / Weighting: 5.25
Quality criterion - Name: Interfaces / Weighting: 3.50
Quality criterion - Name: MI & Reporting / Weighting: 3.50
Quality criterion - Name: Orderbook / Weighting: 6.00
Quality criterion - Name: Sharing / Weighting: 5.25
Quality criterion - Name: Triage and Case Management / Weighting: 7.00
Quality criterion - Name: Visualisations / Weighting: 4.50
Quality criterion - Name: Accessibility/Usability / Weighting: 1.75
Quality criterion - Name: Backup, recovery and retention / Weighting: 1.75
Quality criterion - Name: Environments and Hosting / Weighting: 1.75
Quality criterion - Name: Information Security / Weighting: 1.75
Quality criterion - Name: Interfaces & Integrations / Weighting: 1.75
Quality criterion - Name: Performance & Capacity / Weighting: 1.75
Quality criterion - Name: Service and Support / Weighting: 7.00
Quality criterion - Name: Implementation / Weighting: 10.50
Quality criterion - Name: Product Roadmap / Weighting: 1.75
Quality criterion - Name: Demonstration / Weighting: 5.25

Cost criterion - Name: Total Cost of Ownership / Weighting: 30


II.2.11) Information about options
Options: Yes
Description of these options:There are two extension options of twelve (12) months.

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 Notice.


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
Notice number in the OJEU: 2021/S 000-024583



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-21-080
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: 20/05/2022

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 15

V.2.3) Name and address of the contractor

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

Contractor (No.1)
OneMarketData, N/A
221 River Street, 9th Floor, #1265, Hoboken, New Jersey, 07030, United States
Internet address: https://www.onetick.com/
NUTS Code: US
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: 3,500,000
Total value of the contract/lot: 5,044,967.05
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:


Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information

VI.3) Additional information: The contract has been awarded for sixty (60) months commencing on the 1st August 2022, the initial term will end on the 31st July 2027. The FCA will have two optional extension period of 12 months. This could result in the contract being extended until the 31st July 2029. The contract award value of £5,044,967.05 ex VAT is for the initial term only.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=711454880

VI.4) Procedures for review

VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The 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.

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

VI.5) Date of dispatch of this notice: 05/08/2022