Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square
London
E20 1JN
UK
Contact person: Paul Riley
Telephone: +44 2070660911
E-mail: Paul.Riley@fca.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.fca.org.uk/
Address of the buyer profile: https://fca.delta-esourcing.com/
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
Third Party Due Diligence Security Assessment Partner
Reference number: CON-22-277
II.1.2) Main CPV code
72000000
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
Value excluding VAT:
600 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
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: Account Management Approach
/ Weighting: 5
Quality criterion: Reporting
/ Weighting: 5
Quality criterion: Core Requirements
/ Weighting: 35
Quality criterion: Trend and New Developments
/ Weighting: 5
Quality criterion: Contract Approach and Methodology
/ Weighting: 5
Quality criterion: Collaboration and Communication
/ Weighting: 3.5
Quality criterion: Exit Strategy
/ Weighting: 2
Quality criterion: Service Level Agreements
/ Weighting: 2
Quality criterion: Scenario Based Assessment: Case Study 1
/ Weighting: 1.5
Quality criterion: Scenario Based Assessment: Case Study 2
/ Weighting: 1.5
Quality criterion: Scenario Based Assessment: Case Study 3
/ Weighting: 1.5
Quality criterion: Scenario Based Assessment: Case Study 4
/ Weighting: 1.5
Quality criterion: Scenario Based Assessment: Case Study 5
/ Weighting: 1.5
Cost criterion: 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 procedure
IV.1.8) Information about 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:
2023/S 000-020926
Section V: Award of contract
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 by electronic means: 11
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Toro Risk Solutions - Global Limited
09465940
17-19 Cockspur Street
London
SW1Y 5BL
UK
Telephone: +44 02081329267
E-mail: info@torosolutions.co.uk
NUTS: UK
Internet address(es)
URL: https://www.torosolutions.co.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:
Total value of the contract/lot:
: 600 000.00
GBP
V.2.5) Information about subcontracting
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:
<a href="https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=842660144" target="_blank">https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=842660144</a>
GO Reference: GO-2024214-PRO-25170500
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
UK
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.5) Date of dispatch of this notice
14/02/2024