Financial Conduct Authority: Provision of a Market Surveillance Solution

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

Notice Summary
Title: Provision of a Market Surveillance Solution
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Supplies
Procedure: Open
Short Description: The FCA is refreshing its Market Surveillance capability and is looking to update and develop the functionality/scope or capabilities of its current solution. The current capability is a cloud hosted big data solution that receives around 30m Transaction Reports and circa 200m Order messages covering market activity on around 10,000 listed Products (with associated derivatives) each day and generates alerts to detect potential market abuse and identify trends for further investigation by analysts. As part of this refresh the FCA would like to extend current capabilities beyond secondary market activity into the near real-time world of issues affecting listed companies. The solution will be delivered as Software as a Service (SaaS). All details of the requirements are provided in the ITT documentation.
Published: 04/10/2021 11:23

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://fca.delta-esourcing.com/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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 Market Surveillance Solution       
      Reference Number: CON-021-080
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The FCA is refreshing its Market Surveillance capability and is looking to update and develop the functionality/scope or capabilities of its current solution.

The current capability is a cloud hosted big data solution that receives around 30m Transaction Reports and circa 200m Order messages covering market activity on around 10,000 listed Products (with associated derivatives) each day and generates alerts to detect potential market abuse and identify trends for further investigation by analysts.

As part of this refresh the FCA would like to extend current capabilities beyond secondary market activity into the near real-time world of issues affecting listed companies.

The solution will be delivered as Software as a Service (SaaS).

All details of the requirements are provided in the ITT documentation.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The FCA is refreshing its Market Surveillance capability and is looking to update and develop the functionality/scope or capabilities of its current solution.

The current capability is a cloud hosted big data solution that receives around 30m Transaction Reports and circa 200m Order messages covering market activity on around 10,000 listed Products (with associated derivatives) each day and generates alerts to detect potential market abuse and identify trends for further investigation by analysts.

As part of this refresh the FCA would like to extend current capabilities beyond secondary market activity into the near real-time world of issues affecting listed companies.

The solution will be delivered as Software as a Service (SaaS).

All details of the requirements are provided in the ITT documentation.
      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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: There will be two (2) options for renewal at the end of the initial five (5) year term. Each renewal will be for a maximum duration of 12 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: There will be two (2) options for renewal at the end of the initial five (5) year term. Each renewal will be for a maximum duration of 12 months.
      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: The Access Code for Delta is: T584Z4947K

https://fca.delta-esourcing.com/respond/T584Z4947K       


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          
      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: 2021/S 000 - 009705       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/11/2021 Time: 12:00
            
      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: 01/11/2021
         Time: 12:01
         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: 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./T584Z4947K

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/T584Z4947K
   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:    
    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: 04/10/2021

Annex A


View any Notice Addenda

View Award Notice