UK-London: Market research services.

UK-London: Market research services.
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority, 01920623
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Email: FCAProcurement@fca.org.uk
Main Address: 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/delta/respondToList.html?accessCode=TK846ZJ7D2
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://fca.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: 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: CON-23-161 Market Research Framework
Reference Number: CON-23-161
II.1.2) Main CPV Code:
79310000 - Market research services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Financial Conduct Authority (the FCA) is seeking to establish a framework agreement for the provision of market research services. The framework will run for a period of four years, from May 2024.
II.1.5) Estimated total value:
Value excluding VAT: 6,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Lot A Quantitative Surveys
Lot No: 1
II.2.2) Additional CPV codes:
73110000 - Research services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot A covers quantitative surveys, commissioned in response to a specific policy or regulatory development for the FCA or other Authorities (as set out in the Invitation to Tender). It is split into four specialisms:

Specialism 1 - Bespoke - Large-scale quantitative surveys

Specialism 2 - CATI Omnibus surveys

Specialism 3 - CAPI Omnibus surveys

Specialism 4 - CAWI (online omnibus) and Panel samples

Tenderers can bid for one or multiple specialisms.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Social Value / Weighting: 5

Cost criterion - Name: Commercial Competitiveness / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

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: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Lot B Qualitative Research
Lot No: 2
II.2.2) Additional CPV codes:
73110000 - Research services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Financial Conduct Authority (the FCA) is seeking Tenderers to provide market research services involving the use of qualitative or user experience research. This Lot is reserved specifically for Tenderers that offer these type of research services, either of consumers or businesses (regulated firms or business entities). This Lot is split into two specialisms:

Specialism 1 - Bespoke qualitative studies;

Specialism 2 – Bespoke qualitative studies of online user experiences.

Tenderers can bid for one or multiple specialisms.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Social Value / Weighting: 5

Cost criterion - Name: Commercial Competitiveness / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

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: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Lot C Mystery Shopping Services
Lot No: 3
II.2.2) Additional CPV codes:
73110000 - Research services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Financial Conduct Authority (the FCA) is seeking suppliers to provide market research services carried out through the mystery shopping of financial services providers.
Mystery shopping is employed by the FCA to allow it to ‘observe’ and assess whether regulated financial services firms, largely retail, are abiding by the regulatory requirements laid down in the FCA’s rules and regulations in their conduct with consumers. This forms part of our supervisory conduct management activity.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Social Value / Weighting: 5

Cost criterion - Name: Commercial Competitiveness / Weighting: 5

II.2.6) Estimated value:
Value excluding VAT: 450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

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: Not provided
II.2) Description Lot No. 4

II.2.1) Title: Lot D Syndicated Market Research Services
Lot No: 4
II.2.2) Additional CPV codes:
73110000 - Research services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Financial Conduct Authority (the FCA) is seeking suppliers to provide market research services involving syndicated subscription-based financial services market research and insight reporting.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 95
Quality criterion - Name: Social Value / Weighting: 5

Cost criterion - Name: Commercials / Weighting: 0

II.2.6) Estimated value:
Value excluding VAT: 1,250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

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: Not provided
II.2) Description Lot No. 5

II.2.1) Title: Lot E – Market Research, Project, and Programme Management Specialists
Lot No: 5
II.2.2) Additional CPV codes:
73110000 - Research services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot E covers specialist market research specialisms, which would be contracted in response to a specific policy or regulatory development. It is split into 6 specialisms:

Specialism 1 – Report Writers

Specialism 2 – Statistical advice and sampling methodologists

Specialism 3 – Research Designer

Specialism 4 – Research Data analysis

Specialism 5 – Project managers

Specialism 6 – Programme Manager

Tenderers can bid for one or multiple specialisms.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Social Value / Weighting: 5

Cost criterion - Name: Commercial Competitiveness / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

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: Not provided


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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: No
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: 19/10/2023 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 19/10/2023
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
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 Yes
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.
In addition to the FCA, the following Contracting Authorities (as defined by the Public Contracts Regulations 2015) will be Authorised Users of the FCA’s Market Research Framework and may choose to use it:
•The Payments Systems Regulator (PSR)
•The Bank of England (BoE)
•The Prudential Regulation Authority (PRA)
•Financial Ombudsman Service (FOS)
•Financial Services Compensation Scheme (FSCS)
•Money & Pensions Service (MaPS)
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Market-research-services./TK846ZJ7D2

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/TK846ZJ7D2
VI.4) Procedures for review
VI.4.1) Review body:
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Email: FCAProcurement@fca.org.uk
Internet address: www.fca.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
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: 07/09/2023

Annex A