UK-London: IT services: consulting, software development, Internet and support.

UK-London: IT services: consulting, software development, Internet and support.

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: Third Party Due Diligence Security Assessment Partner
Reference number: CON-22-277

II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.


II.1.3) Type of contract: SERVICES

II.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.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 600,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

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 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.

II.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


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: 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: 2023/S 000-020926



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: 24/11/2023

V.2.2) Information about tenders
Number of tenders received: 11
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: 11

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Toro Risk Solutions - Global Limited, 09465940
17-19 Cockspur Street, London, SW1Y 5BL, United Kingdom
Tel. +44 02081329267, Email: info@torosolutions.co.uk
Internet address: https://www.torosolutions.co.uk/
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: 600,000
Total value of the contract/lot: 600,000
Currency: GBP

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

Section VI: Complementary information

VI.3) Additional information: 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

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. 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: 14/02/2024