Skip to main content.

Financial Conduct Authority: Provision of a Search and Discovery (Insight Engine) Solution

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

Notice Summary
Title: Provision of a Search and Discovery (Insight Engine) Solution
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Supplies
Procedure: Open
Short Description: The Financial Conduct Authority is seeking to contract with a single entity to deliver a Search and Discovery capability to the FCA. The contract will cover the following element, details are: 1. Provision of the software; 2. Implementation of the base functionality in the FCA cloud; 3. Assistance with configuration to meet full FCA requirements; 4. Provide integration to the FCA's Enterprise Data Platform; 5. Transition to support and service model as defined in the requirements.
Published: 17/08/2020 17:10
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Software package and 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:-Software-package-and-information-systems./4TP2R84465
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/4TP2R84465 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: Not provided
      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 Search and Discovery (Insight Engine) Solution       
      Reference Number: CON-20-050
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Financial Conduct Authority is seeking to contract with a single entity to deliver a Search and Discovery capability to the FCA.

The contract will cover the following element, details are:

1. Provision of the software;
2. Implementation of the base functionality in the FCA cloud;
3. Assistance with configuration to meet full FCA requirements;
4. Provide integration to the FCA's Enterprise Data Platform;
5. Transition to support and service model as defined in the requirements.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48000000 - Software package and information systems.
      72000000 - IT services: consulting, software development, Internet and support.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The FCA is seeking to procure a Search and Discovery solution, which will be hosted in the FCA cloud to deliver the following outcomes.

OBJECTIVE:
•Give the entire FCA workforce (to varying degrees) access to market leading capability to exploit (search, discover and gain insight from) the diverse data the FCA have access to.

Our SEARCH outcomes include:
•an enterprise search that empowers users to conduct powerful and rich context searches across a variety of data types held in a number of locations (within the organisation)
•the ability to add external sources such as companies house, partner organisation data, open data sets etc.
•the ability to extend and evolve search models over time
•an intuitive means (low entry barrier) through which to identify results beyond a simple search (e.g. visualisation to help interpretation by non-data/intelligence specialists),
•a capability that fosters collaboration among colleagues e.g. capturing and sharing insights gleaned between teams
•support the FCA data strategy through the development of new (and leveraging existing) data management collateral within the FCA

Our DISCOVERY outcomes include:
•discovery analytics that provide users with rich context and intelligence within the data e.g. through inexact matching, visualisations, collaboration, notifications, analytics
•the ability to discover new related data sets as part of intelligent searching,
•support programming of rules based alerts that indicate cause for concern, e.g. firms exhibiting behaviours FCA deem to be indicators of risk/harm at any given time
•support FCA information security access controls (e.g. ensuring users see what their authorised to, inheriting security profile of source systems)
•to enhance the FCA’s capacity to identify and record new risks, and plough these back into training models
•the ability to track provenance (e.g. demonstrating evidence-based decisions, exhibiting diligence in face of external audit)


The contract will be to provide the software, implementation/configuration services and to provide additional services related to the delivery of the solution post go live for the duration of the contract.

The value of the contract may increase over the term in light of these additional services additional services. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.
      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: Not provided       
      Currency: Not provided       
      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 renewal options, each for upto 36 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 12:00 on the 4th September.

The ITT closing time and date is 12:00 on the 21st September.

The Delta Access code is 4TP2R84465       


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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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       
      As stated in the procurement documents          
      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: 2020/S 54 - 129729       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/09/2020 Time: 11:59
            
      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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/09/2020
         Time: 12:00
      

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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./4TP2R84465

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/4TP2R84465
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, 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:    
    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: 17/08/2020

Annex A


View any Notice Addenda

View Award Notice

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
       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 Search and Discovery (Insight Engine) Solution            
      Reference number: CON-20-050

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


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Financial Conduct Authority is awarding the Contract for the Provision of a Search and Discovery (Insight Engine) Solution. The Contract will deliver a Search and Discovery capability to the FCA.

The Contract will cover the following element, details are:

1. Provision of the software;
2. Implementation of the base functionality in the FCA cloud;
3. Assistance with configuration to meet full FCA requirements;
4. Provide integration to the FCA's Enterprise Data Platform;
5. Transition to support and service model as defined in the requirements.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,320,186
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48000000 - Software package and information systems.
            72000000 - IT services: consulting, software development, Internet and support.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This is a Contract Award.

The FCA sought to procure a Search and Discovery solution, which would be hosted in the FCA cloud to deliver the following outcomes.

The objective included:
•To provide the entire FCA workforce (to varying degrees) access to market leading capability to exploit (search, discover and gain insight from) the diverse data the FCA has access to.

The Search outcomes included:
•an enterprise search that empowers users to conduct powerful and rich context searches across a variety of data types held in a number of locations (within the organisation)
•the ability to add external sources such as companies house, partner organisation data, open data sets etc.
•the ability to extend and evolve search models over time
•an intuitive means (low entry barrier) through which to identify results beyond a simple search (e.g. visualisation to help interpretation by non-data/intelligence specialists),
•a capability that fosters collaboration among colleagues e.g. capturing and sharing insights gleaned between teams
•support the FCA data strategy through the development of new (and leveraging existing) data management collateral within the FCA

The Discovery outcomes included:
•discovery analytics that provide users with rich context and intelligence within the data e.g. through inexact matching, visualisations, collaboration, notifications, analytics
•the ability to discover new related data sets as part of intelligent searching,
•support programming of rules based alerts that indicate cause for concern, e.g. firms exhibiting behaviours FCA deem to be indicators of risk/harm at any given time
•support FCA information security access controls (e.g. ensuring users see what their authorised to, inheriting security profile of source systems)
•to enhance the FCA’s capacity to identify and record new risks, and plough these back into training models
•the ability to track provenance (e.g. demonstrating evidence-based decisions, exhibiting diligence in face of external audit)


The contract will provide the software, implementation/configuration services and the Supplier will provide additional services related to the delivery of the solution post go live for the duration of the contract.

The value of the contract may increase over the term in light of these additional services additional services. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 75
                  
      Cost criterion - Name: Total Cost of Ownership / Weighting: 25
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:This is a Contract Award

The Contract has been awarded for 3 (three) years commencing on the 30th April 2021, the initial term will end on the 29th April 2024. The FCA will have two optional extension periods of 3 (three) years. This could result in the contract being extended until the 29th April 2030. The Contract award value of £1,320,186 ex VAT is for the initial term based on the first phase of deployment. As stated in the original Contract Notice, the solution will be scaled up over time. As a result the value of the contract will increased based on additional services provided by the Supplier. These modifications were provided for in the original Procurements Documents and would comply with Regulation 72 of the Public Contract Regulations 2015.

      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.


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
       Not Provided
   

   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: 30/03/2021

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 9          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Aiimi Ltd, 05648705
             5th Foor, 100 Avebury Boulevard, Milton Keynes, MK9 1FH, United Kingdom
             Internet address: https://www.aiimi.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: 2,000,000          
         Total value of the contract/lot: 1,320,186
         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.

The Contract has been awarded for 3 (three) years commencing on the 30th April 2021, the initial term will end on the 29th April 2024. The FCA will have two optional extension periods of 3 (three) years. This could result in the contract being extended until the 29th April 2030. The Contract award value of £1,320,186 ex VAT is for the initial term based on the first phase of deployment. As stated in the original Contract Notice, the solution will be scaled up over time. As a result the value of the contract will increased based on additional services provided by the Supplier. These modifications were provided for in the original Procurements Documents and would comply with Regulation 72 of the Public Contract Regulations 2015.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=592569706

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Courts of Justice, 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: 10/05/2021




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
       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 Search and Discovery (Insight Engine) Solution            
      Reference number: CON-20-050

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


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Financial Conduct Authority is awarding the Contract for the Provision of a Search and Discovery (Insight Engine) Solution. The Contract will deliver a Search and Discovery capability to the FCA.

The Contract will cover the following element, details are:

1. Provision of the software;
2. Implementation of the base functionality in the FCA cloud;
3. Assistance with configuration to meet full FCA requirements;
4. Provide integration to the FCA's Enterprise Data Platform;
5. Transition to support and service model as defined in the requirements.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,320,186
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48000000 - Software package and information systems.
            72000000 - IT services: consulting, software development, Internet and support.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The FCA sought to procure a Search and Discovery solution, which would be hosted in the FCA cloud to deliver the following outcomes.

The objective included:
•To provide the entire FCA workforce (to varying degrees) access to market leading capability to exploit (search, discover and gain insight from) the diverse data the FCA has access to.

The Search outcomes included:
•an enterprise search that empowers users to conduct powerful and rich context searches across a variety of data types held in a number of locations (within the organisation)
•the ability to add external sources such as companies house, partner organisation data, open data sets etc.
•the ability to extend and evolve search models over time
•an intuitive means (low entry barrier) through which to identify results beyond a simple search (e.g. visualisation to help interpretation by non-data/intelligence specialists),
•a capability that fosters collaboration among colleagues e.g. capturing and sharing insights gleaned between teams
•support the FCA data strategy through the development of new (and leveraging existing) data management collateral within the FCA

The Discovery outcomes included:
•discovery analytics that provide users with rich context and intelligence within the data e.g. through inexact matching, visualisations, collaboration, notifications, analytics
•the ability to discover new related data sets as part of intelligent searching,
•support programming of rules based alerts that indicate cause for concern, e.g. firms exhibiting behaviours FCA deem to be indicators of risk/harm at any given time
•support FCA information security access controls (e.g. ensuring users see what their authorised to, inheriting security profile of source systems)
•to enhance the FCA’s capacity to identify and record new risks, and plough these back into training models
•the ability to track provenance (e.g. demonstrating evidence-based decisions, exhibiting diligence in face of external audit)


The contract will provide the software, implementation/configuration services and the Supplier will provide additional services related to the delivery of the solution post go live for the duration of the contract.

The value of the contract may increase over the term in light of these additional services additional services. Any such modification shall be in the terms of Regulations 72 of the Public Contract Regulations 2015.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 75
                  
      Cost criterion - Name: Total Cost of Ownership / Weighting: 25
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Contract has been awarded for 3 (three) years commencing on the 30th April 2021, the initial term will end on the 29th April 2024. The FCA will have two optional extension periods of 3 (three) years. This could result in the contract being extended until the 29th April 2030. The Contract award value of £1,320,186 ex VAT is for the initial term based on the first phase of deployment. As stated in the original Contract Notice, the solution will be scaled up over time. As a result the value of the contract will increased based on additional services provided by the Supplier. These modifications were provided for in the original Procurements Documents and would comply with Regulation 72 of the Public Contract Regulations 2015.

      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.


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: 2020/S 162-395285
      
   

   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-20-050    
   Lot Number: Not Provided    
   Title: Provision of a Search and Discovery (insight Engine) Solution

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/03/2021

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 9          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Aiimi Ltd, 05648705
             5th Floor, 100 Avebury Boulevard, Milton Keynes, MK9 1FH, 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: 1,320,186
         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 Contract has been awarded for 3 (three) years commencing on the 30th April 2021, the initial term will end on the 29th April 2024. The FCA will have two optional extension periods of 3 (three) years. This could result in the contract being extended until the 29th April 2030. The Contract award value of £1,320,186 ex VAT is for the initial term based on the first phase of deployment. As stated in the original Contract Notice, the solution will be scaled up over time. As a result the value of the contract will increased based on additional services provided by the Supplier. These modifications were provided for in the original Procurements Documents and would comply with Regulation 72 of the Public Contract Regulations 2015.
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=593497998

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Courts of Justice, 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: 13/05/2021