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
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
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