Skip to main content.

Financial Conduct Authority: Provision of a Digital Test Envionment

  Financial Conduct Authority is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of a Digital Test Envionment
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Supplies
Procedure: Open
Short Description: The Financial Conduct Authority (FCA) is seeking a single supplier to Contract for the next iteration of its Digital Testing Environment (DTE). To assist the FCA in achieving its goal of being an agile, innovative, confident, and data-driven regulator we are inviting vendors to tender on the build and licencing of the Digital Testing Environment (DTE). The DTE will aim to facilitate firms at early-stage ideation with access to data, within a secure environment that facilitated experimentation and scaling for proof of concepts. This will become form a part of FCAs external and potentially internal innovation services. Full details available in the Tender Documents available via the link provided in this Notice.
Published: 27/05/2022 13:30

View Full Notice

UK-London: Information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-systems./P8974833N4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://fca.delta-esourcing.com/delta
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of a Digital Test Envionment       
      Reference Number: CON-22-074
      II.1.2) Main CPV Code:
      48810000 - Information systems.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Financial Conduct Authority (FCA) is seeking a single supplier to Contract for the next iteration of its Digital Testing Environment (DTE).

To assist the FCA in achieving its goal of being an agile, innovative, confident, and data-driven regulator we are inviting vendors to tender on the build and licencing of the Digital Testing Environment (DTE). The DTE will aim to facilitate firms at early-stage ideation with access to data, within a secure environment that facilitated experimentation and scaling for proof of concepts. This will become form a part of FCAs external and potentially internal innovation services.

Full details available in the Tender Documents available via the link provided in this Notice.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Financial Conduct Authority (FCA) is seeking a single supplier to Contract for the next iteration of its Digital Testing Environment (DTE).

To assist the FCA in achieving its goal of being an agile, innovative, confident, and data-driven regulator we are inviting vendors to tender on the build and licencing of the Digital Testing Environment (DTE). The DTE will aim to facilitate firms at early-stage ideation with access to data, within a secure environment that facilitated experimentation and scaling for proof of concepts. This will become form a part of FCAs external and potentially internal innovation services.

Full details available in the Tender Documents available via the link provided in this Notice.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: There will be two options to renew at the end of the Initial Term. Both extension options will be for 12 months. If all extension options are utilised the total term of the contract will be 60 Months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Deadline to submit clarification question is 17.00 on the 10th June.
The ITT closing time and date is 17.00 on the 27th June.
The Delta Access code is P8974833N4       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      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    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/06/2022 Time: 16:59
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 27/06/2022
         Time: 17:01
         Place:
         London
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Information-systems./P8974833N4

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/P8974833N4
   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.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 27/05/2022

Annex A


View any Notice Addenda

View Award Notice

UK-London: 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 Digital Test Envionment            
      Reference number: CON-22-074

      II.1.2) Main CPV code:
         48810000 - Information systems.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Financial Conduct Authority (FCA) is awarding the Contract for the Provision of a Digital Test Environment (DTE).

The DTE will assist the FCA in achieving its goal of being an agile, innovative, confident, and data-driven regulator.

The DTE will aim to facilitate firms at early-stage ideation with access to data, within a secure environment that facilitated experimentation and scaling for proof of concepts. This will become form a part of FCAs external and potentially internal innovation services.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,023,660
                  
         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 the Contract for the Provision of a Digital Test Environment (DTE).

The DTE will assist the FCA in achieving its goal of being an agile, innovative, confident, and data-driven regulator.

The DTE will aim to facilitate firms at early-stage ideation with access to data, within a secure environment that facilitated experimentation and scaling for proof of concepts. This will become form a part of FCAs external and potentially internal innovation services.

      II.2.5) Award criteria:
      Quality criterion - Name: Dashboard / Weighting: 4
      Quality criterion - Name: User Management / Weighting: 4
      Quality criterion - Name: Application Portal / Weighting: 4
      Quality criterion - Name: Events Management / Weighting: 4
      Quality criterion - Name: Theme Management / Weighting: 4
      Quality criterion - Name: Project Showcase / Weighting: 4
      Quality criterion - Name: API Marketplace / Weighting: 5.5
      Quality criterion - Name: Data Marketplace / Weighting: 8.5
      Quality criterion - Name: Integrated Development Environment / Weighting: 5.5
      Quality criterion - Name: Messaging / Weighting: 4
      Quality criterion - Name: Regulator Dashboard / Weighting: 4
      Quality criterion - Name: Permissions / Weighting: 4.5
      Quality criterion - Name: Implementation / Weighting: 4
                  
      Cost criterion - Name: Total Cost of Ownership / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:There will be two options to renew at the end of the Initial Term. Both extension options will be for 12 months. If all extension options are utilised the total term of the contract will be 60 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 for the Provision of a Digital Test Environment (DTE).


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: 2022/S 000-014918
      
   

   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: 29/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             NayaOne LImited, 12117711
             7 Bell Yard, London, WC2A 2JR, United Kingdom
             Internet address: https://nayaone.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: 1,000,000          
         Total value of the contract/lot: 1,023,660
         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 for the Provision of a Digital Testing Environment. The initial term of 3 years is for a total of £1,023,660 ex VAT. There are two, one year extension each priced at £323,200 ex VAT
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=726246893

   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: 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: 12/10/2022