Civil Aviation Authority is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | CAA Economic Consultancy Services Framework agreement |
Notice type: | Contract Notice |
Authority: | Civil Aviation Authority |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Framework agreement for the provision of Economic Consultancy Services |
Published: | 29/11/2024 15:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Civil Aviation Authority
Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
Tel. +44 3301383226, Email: Procurement@caa.co.uk
Contact: CAA Procurement
Main Address: https://www.caa.co.uk, Address of the buyer profile: https://www.caa.co.uk
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-Crawley:-Financial-consultancy-services./Z6774G6BE4
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/Z6774G6BE4 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: https://www.delta-esourcing.com/tenders/UK-title/Z6774G6BE4
I.4) Type of the contracting authority
Other type:: UK Aviation Regulator
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CAA Economic Consultancy Services Framework agreement
Reference Number: 3634
II.1.2) Main CPV Code:
66171000 - Financial consultancy services.
RB04-9 - For competition economics
RB05-2 - For regulatory economics
RB17-8 - For economic forecasting
RB20-7 - For market economics
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Framework agreement for the provision of Economic Consultancy Services
II.1.5) Estimated total value:
Value excluding VAT: 10,000,000
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: 3
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: Economic & Competition Issues
Lot No: 1
II.2.2) Additional CPV codes:
66171000 - Financial consultancy services.
RB14-9 - For monetary economics
RB04-9 - For competition economics
RB05-2 - For regulatory economics
RB17-8 - For economic forecasting
RB20-7 - For market economics
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Consultancy advice for Economic & Competition Issues
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: 2,000,000
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z6774G6BE4
II.2) Description Lot No. 2
II.2.1) Title: Regulatory Finance Advice
Lot No: 2
II.2.2) Additional CPV codes:
66171000 - Financial consultancy services.
RB14-9 - For monetary economics
RB04-9 - For competition economics
RB05-2 - For regulatory economics
RB17-8 - For economic forecasting
RB20-7 - For market economics
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Consultancy Advice on all aspects of Regulatory Finance and Accounting
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: 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: Technical Economic Consultancy Advice
Lot No: 3
II.2.2) Additional CPV codes:
72221000 - Business analysis consultancy services.
RB04-9 - For competition economics
RB05-2 - For regulatory economics
RB17-8 - For economic forecasting
RB20-7 - For market economics
RB21-0 - For planned economics
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Technical Economic Consultancy Advice on topics such as business plan review
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: 4,500,000
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
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: Yes
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: 10/01/2025 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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 10/01/2025
Time: 13:00
Place:
Crawley
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 40 months
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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://www.delta-esourcing.com/tenders/UK-UK-Crawley:-Financial-consultancy-services./Z6774G6BE4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z6774G6BE4
VI.4) Procedures for review
VI.4.1) Review body:
Civil Aviation Authority
Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
Email: Procurement@caa.co.uk
Internet address: https://www.caa.co.uk/home/
VI.4.2) Body responsible for mediation procedures:
Civil Aviation Authority
Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
Email: Procurement@caa.co.uk
Internet address: https://www.caa.co.uk/home/
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:
Civil Aviation Authority
Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
Tel. +44 3300221500, Email: Procurement@caa.co.uk
Internet address: https://www.caa.co.uk/home/
VI.5) Date Of Dispatch Of This Notice: 29/11/2024
Annex A