Financial Conduct Authority is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | CON-18-042 Market Research Framework |
Notice type: | Contract Notice |
Authority: | Financial Conduct Authority |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The FCA is seeking to establish a framework agreement for the provision of market research services for a four-year period, to take effect from April 2020. When accessing the procurement documents in Delta, please use the following access code: 8P7W65X9GH |
Published: | 12/09/2019 11:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority (FCA)
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Fax. +44 123456789, Email: FPSProcurement@fca.org.uk
Contact: N/A
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:-Market-research-services./8P7W65X9GH
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-18-042 Market Research Framework
Reference Number: CON-18-042
II.1.2) Main CPV Code:
79310000 - Market research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The FCA is seeking to establish a framework agreement for the provision of market research services for a four-year period, to take effect from April 2020.
When accessing the procurement documents in Delta, please use the following access code:
8P7W65X9GH
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: Bespoke 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: The Financial Conduct Authority (the FCA) is seeking a limited number of suppliers to provide market research ad hoc quantitative survey services. Lot 1 covers the FCA’s ad hoc quantitative survey requirements, where the survey is designed on a bespoke basis specific to for the FCA.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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: CAPI & CATI Omnibus Surveys
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 a limited number of suppliers to provide market research services involving the use of nationally representative face to face (CAPI) or telephone (CATI) Omnibus services.
This lot is reserved specifically for suppliers that offer CAPI / CATI Omnibus research services, either consumer or business. It is not designed to offer agencies a brokerage role to help the FCA buy research through such surveys.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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: Qualitative Research
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 a limited number of suppliers to provide market research services involving the use of qualitative research techniques.
This lot is reserved specifically for suppliers that offer qualitative research services, either of consumers or businesses (regulated firms or business entities).
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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: Regulatory Mystery Shopping 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 a limited number of suppliers to provide market research services involving financial services regulatory mystery shopping.
Such work is very specific to the FCA and ensures that 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: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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: Syndicated Market Research Services
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: The Financial Conduct Authority (the FCA) is seeking a limited number of suppliers to provide market research services involving syndicated subscription-based secondary financial services market research and insight reporting.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 95
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercials / Weighting: 0
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: 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. 6
II.2.1) Title: Market Research Specialists
Lot No: 6
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 a limited number of professional market research and specialist technical suppliers to provide market research expert / consulting services.
The prime requirement that all tenderers need to meet for inclusion in this lot is knowledge and experience of providing market research services in the financial sector. This is a mandatory requirement meaning that tenderers who are unable to demonstrate this will not be accepted on to the Framework.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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. 7
II.2.1) Title: Market Research Programme Management
Lot No: 7
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 a limited number of professional market research contract management suppliers.
The prime requirement is knowledge and experience of providing market research services in the financial sector. This is a mandatory requirement meaning that tenderers who are unable to demonstrate this will not be accepted on to the Framework.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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. 8
II.2.1) Title: Online Omnibus and Internet Panel-Based Surveys
Lot No: 8
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 a limited number of suppliers to provide market research services involving the use of web-enabled (CAWI) Omnibus or internet access panel (or similar) based services.
This lot is reserved specifically for suppliers that offer Omnibus-type research services, either consumer or business, including ad hoc research using internet access panel opportunities. It is not designed to offer agencies a brokerage role to help the FCA buy research through such surveys.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / Weighting: 30
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: 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: 14/10/2019 Time: 13:00
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: 14/10/2019
Time: 13:00
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 (formerly the Single Financial Guidance Body, and prior to that the Money Advice Service and The Pensions Advice Service)
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./8P7W65X9GH
To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/8P7W65X9GH
VI.4) Procedures for review
VI.4.1) Review body:
Financial Conduct Authority (FCA)
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Fax. +44 123456789, Email: FPSProcurement@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: 12/09/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Financial Conduct Authority (FCA)
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Fax. +44 123456789, Email: FPSProcurement@fca.org.uk
Contact: FCA Procurement
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: CON-18-042 Market Research Framework
Reference number: CON-18-042
II.1.2) Main CPV code:
79310000 - Market research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The FCA is seeking to establish a framework agreement for the provision of market research services for a four-year period, to take effect from April 2020.
When accessing the procurement documents in Delta, please use the following access code:
8P7W65X9GH
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 11,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Bespoke Quantitative Surveys
Lot No:1
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of suppliers to provide market research ad hoc quantitative survey services. Lot 1 covers the FCA’s ad hoc quantitative survey requirements, where the survey is designed on a bespoke basis specific to for the FCA.
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:CAPI & CATI Omnibus Surveys
Lot No:2
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of suppliers to provide market research services involving the use of nationally representative face to face (CAPI) or telephone (CATI) Omnibus services.
This lot is reserved specifically for suppliers that offer CAPI / CATI Omnibus research services, either consumer or business. It is not designed to offer agencies a brokerage role to help the FCA buy research through such surveys.
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Qualitative Research
Lot No:3
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of suppliers to provide market research services involving the use of qualitative research techniques.
This lot is reserved specifically for suppliers that offer qualitative research services, either of consumers or businesses (regulated firms or business entities).
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Regulatory Mystery Shopping Services
Lot No:4
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of suppliers to provide market research services involving financial services regulatory mystery shopping.
Such work is very specific to the FCA and ensures that 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:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Syndicated Market Research Services
Lot No:5
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of suppliers to provide market research services involving syndicated subscription-based secondary financial services market research and insight reporting.
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 95
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercials / Weighting: 0
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: Not Provided
II.2) Description (lot no. 6)
II.2.1) Title:Market Research Specialists
Lot No:6
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of professional market research and specialist technical suppliers to provide market research expert / consulting services.
The prime requirement that all tenderers need to meet for inclusion in this lot is knowledge and experience of providing market research services in the financial sector. This is a mandatory requirement meaning that tenderers who are unable to demonstrate this will not be accepted on to the Framework.
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
II.2) Description (lot no. 7)
II.2.1) Title:Market Research Programme Management
Lot No:7
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of professional market research contract management suppliers.
The prime requirement is knowledge and experience of providing market research services in the financial sector. This is a mandatory requirement meaning that tenderers who are unable to demonstrate this will not be accepted on to the Framework.
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
II.2) Description (lot no. 8)
II.2.1) Title:Online Omnibus and Internet Panel-Based Surveys
Lot No:8
II.2.2) Additional CPV code(s):
73110000 - Research services.
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 (the FCA) is seeking a limited number of suppliers to provide market research services involving the use of web-enabled (CAWI) Omnibus or internet access panel (or similar) based services.
This lot is reserved specifically for suppliers that offer Omnibus-type research services, either consumer or business, including ad hoc research using internet access panel opportunities. It is not designed to offer agencies a brokerage role to help the FCA buy research through such surveys.
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Quality criterion - Name: Corporate Responsibility / Weighting: 5
Cost criterion - Name: Commercial Competitiveness / 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: Not Provided
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 36-81129
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-18-042
Lot Number: 1
Title: Part 1
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Accent Marketing & Research Ltd, 02231083
30 City Road, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
BDRC Continental Ltd, 02578457
First Floor Kingsbourne House, 229-231 High Holborn, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Critical Research, 6566825
Unit 7, Baden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
IFF Research, 00849983
St Magnus House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Ipsos Mori, 948470
3 Thomas More Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
National Centre for Social Research, 04392418
35 Northampton Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
Opinium, OC331181
58 Great Sutton Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
Populus, 04153928
Nortburgh House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.9)
PricewaterhouseCoopers LLP, OC3030525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.10)
Savanta, SC281352
3 Melville Street, Edinburgh, United Kingdom
NUTS Code: 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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 1
Lot Number: 1
Title: Part 2
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
YouGov, 03607311
50 Featherstone Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Kantar UK, 3073845
TNS House, Westgate, Ealing, London, W5 1UA, United Kingdom
NUTS Code: 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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 2
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ipsos Mori, 948470
3 Thomas More Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Populus, 04153928
Northburgh House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Kantar UK, 3073845
TNS House, Westgate, Ealing, London, W5 1UA, United Kingdom
NUTS Code: 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: 600,000
Total value of the contract/lot: 600,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 3(a)
Lot Number: 3
Title: Part 1
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
2CV Ltd, 3195457
12 Flitcroft Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Accent Marketing & Research Ltd, 02231083
30 City Road, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Atticus Research Ltd, 7757477
Waterbank, Vicarage Rd, Norfolk, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Blue Marble Research, 5639871
Granary Loft, Manor Courtyard, Stratton on the Fosse, Bath, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Britain Thinks, 07291125
Metherwell Gard, Morval, Looe, Plymouth, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Collaborate Research, 08531126
Bowden House, 6 Northampton Road, Market Harborough, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Esro Research, 05438122
3rd Floor, 3 Fitzhardinge Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Futuresight Business Intelligence, 5346341
New Bond House, Bond Street, Bristol, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
IFF Research, 01829623
St Magnus House, 3 Lower Thames Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.10)
Ignition House, 06901578
40 Stockwell Street, London, 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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 3(b)
Lot Number: 3
Title: Part 2
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Illuminas Partners LLP, OC376554
183 Eversholt Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Ipsos Mori, 948470
3 Thomas More Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Jigsaw Research, 03650224
4th Floor, 1-2 Berners Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
National Centre for Social Research, 04392418
35 Northampton Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
N.M.G Financial Services Consulting Ltd, 03787947
18A Tower42, 25 Old Broad Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Populus, 01920623
Nortburgh House, 10 Northburgh Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
PricewaterhouseCoopers LLP, OC303525
1 Embankment Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
Savanta, SC281352
3 Melville Street, Edinburgh, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.9)
Strictly Financial Ltd, 5942438
Yew Tree House, Lewes Road, Forest Row, Lewes, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
The Behavioural Architects, 07492932
96 Banbury Road, Oxford, 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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 3(c)
Lot Number: 3
Title: Part 3
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
The Big Window Consultancy Ltd, 7787626
Magup Barn, Towngate, Hepworth, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Kantar UK, 3073845
TNS House, Westgate, Ealing, London, W5 1UA, United Kingdom
NUTS Code: 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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 4
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BDRC Continental Ltd, 02578457
First Floor Kingsbourne House, High Holborn, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Ipsos Mori, 948470
3 Thomas More Square, London, United Kingdom
NUTS Code: 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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: 5
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BDRC Continental Ltd, 02578457
First Floor Kinsbourne House, High Holborn, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Ipsos Mori, 948470
3 Thomas More Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Mintel Group Lts, 1475918
11 Pilgrim Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Savanta, SC281352
3 Melville Street, Edinburgh, United Kingdom
NUTS Code: 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: 3,200,000
Total value of the contract/lot: 3,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: 6(a)
Lot Number: 6
Title: Part 1
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BDRC Continental Ltd, 02578457
First Floor Kingsbourne House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Bdifferent, 3998977
7 East Park, Crawley, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Bryson Purdon Social Research Ltd, OC346312
10 Etherow Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Collaborate Research, 08531126
Bowden House, 6 Northampton Road, Market Harborough, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Critical Research, 6566825
Unit 7, Baden Place, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Grail Insights, 11368971
1 Fetter Lane, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
London Economics, 01920623
New Wing, Somerset House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
NMG Financial Services Consulting Ltd, 03787947
18A Tower 42, 25 Old Broad Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Purple Market Research, 4625332
Stirling House, 9 Burroughs Gardens, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Research First, 03346729
35 Kings Road, Berkhamstead, 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: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: 6(b)
Lot Number: 6
Title: Part 2
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
The Hive Insight & Idea Generation, 07841441
1 Ludham Bridge, Great Yarmouth, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
The Stats People, 09828882
19-21 Swan Street, West Malling, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Harris Interactive, 02802862
Ealing Cross, 85 Uxbridge Road, London, 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: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: 7
Lot Number: 7
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
London Economics, 04083204
New Wing, Somerset House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Oxera Consulting LLP, OC392464
Park Central, 40-41 Park End Street, Oxford, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
The Hive Insight & Idea Generation, 07841441
Cabin 1, Ludham Bridge, Great Yarmouth, 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: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.12)
Contract No: 8
Lot Number: 8
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2020
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ipsos Mori, 948470
3 Thomas More Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Opinium, OC331181
58 Great Sutton Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Populus, 01920623
Northburgh House, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
YouGov, 03607311
50 Featherstone Street, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Kantar UK, 3073845
TNS House, Westgate, Ealing, London, W5 1UA, United Kingdom
NUTS Code: 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: 600,000
Total value of the contract/lot: 600,000
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 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 (formerly the Single Financial Guidance Body, and prior to that the Money Advice Service and The Pensions Advice Service)
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=517115007
VI.4) Procedures for review
VI.4.1) Review body
Financial Conduct Authority (FCA)
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Fax. +44 123456789, Email: FPSProcurement@fca.org.uk
Internet address: www.fca.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 10/11/2020