Tender

CCZZ17A01 - Provision of Evaluation Research Support for DfTs Monitoring and Evaluation Work Programme

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

20 Jan 2017 at 16:57

Summary of the contracting process

The Crown Commercial Service is seeking proposals for the project titled "CCZZ17A01 - Provision of Evaluation Research Support for DfT's Monitoring and Evaluation Work Programme." This contract falls within the services category, specifically focused on evaluation and research support, with an end date for submissions set for 10 February 2017. The project is aimed at enhancing the Department for Transport's (DfT) monitoring and evaluation capabilities, and the contract is expected to run from 28 February 2017 to 31 January 2019. Interested bidders must register on the Crown Commercial Service e-Sourcing Suite to participate in this tender process.

This opportunity is well-suited for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that specialise in research and evaluation services. Companies capable of providing flexible analytical support and adept at handling various project sizes will find this tender particularly advantageous. Engaging in this project could help businesses expand their influence in the public sector while contributing to the improvement of departmental decision-making through high-quality evaluation evidence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CCZZ17A01 - Provision of Evaluation Research Support for DfTs Monitoring and Evaluation Work Programme

Notice Description

1.1 DfT's Monitoring and Evaluation Strategy seeks to enhance the generation of good quality monitoring and evaluation evidence and its integration into departmental decision making. The strategy aims to: 1.1.1 Encourage the adoption of a needs-driven and proportionate approach towards monitoring and evaluation 1.1.2 Development of a culture of monitoring and evaluation in DfT to improve accountability and learning. 1.2 An initial Monitoring and Evaluation Programme was published in October 2013 and updated in 2015. 1.3 A work programme in support of these objectives is being led by DfT's in-house Evaluation Centre of Excellence. The successful contractor will provide ad hoc analytical support to this team and other DfT analysts who are engaged with monitoring and evaluation. 1.4 The intention is that the contract will provide a flexible and timely call-off function to respond to periods of high activity and to provide additional evaluation research expertise where required. It is anticipated that multiple individual projects of varying sizes will be commissioned through the project. 1.5 This contract will replace an equivalent contract which has run from January 2015 to January 2017. Further details can be found within the Appendix B- Statement of Requirements. Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-20612498-9c08-4c9b-9ed2-b78b471845e6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9fb6fa02-eb74-45eb-a654-81184c65e64e
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other -
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73430000 - Test and evaluation

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jan 20179 years ago
Submission Deadline
10 Feb 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
28 Feb 2017 - 31 Jan 2019 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-20612498-9c08-4c9b-9ed2-b78b471845e6-2017-01-20T16:57:11Z",
    "date": "2017-01-20T16:57:11Z",
    "ocid": "ocds-b5fd17-20612498-9c08-4c9b-9ed2-b78b471845e6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CCZZ17A01",
        "title": "CCZZ17A01 - Provision of Evaluation Research Support for DfTs Monitoring and Evaluation Work Programme",
        "description": "1.1 DfT's Monitoring and Evaluation Strategy seeks to enhance the generation of good quality monitoring and evaluation evidence and its integration into departmental decision making. The strategy aims to: 1.1.1 Encourage the adoption of a needs-driven and proportionate approach towards monitoring and evaluation 1.1.2 Development of a culture of monitoring and evaluation in DfT to improve accountability and learning. 1.2 An initial Monitoring and Evaluation Programme was published in October 2013 and updated in 2015. 1.3 A work programme in support of these objectives is being led by DfT's in-house Evaluation Centre of Excellence. The successful contractor will provide ad hoc analytical support to this team and other DfT analysts who are engaged with monitoring and evaluation. 1.4 The intention is that the contract will provide a flexible and timely call-off function to respond to periods of high activity and to provide additional evaluation research expertise where required. It is anticipated that multiple individual projects of varying sizes will be commissioned through the project. 1.5 This contract will replace an equivalent contract which has run from January 2015 to January 2017. Further details can be found within the Appendix B- Statement of Requirements. Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk",
        "datePublished": "2017-01-20T16:57:11Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73430000",
            "description": "Test and evaluation"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethodDetails": "Other -",
        "tenderPeriod": {
            "endDate": "2017-02-10T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-02-28T00:00:00Z",
            "endDate": "2019-01-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/9fb6fa02-eb74-45eb-a654-81184c65e64e",
                "datePublished": "2017-01-20T16:57:11Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Appendix A- Terms of Participation",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bc92be39-9c3c-40e3-9b94-7cc5fa83ad23",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Appendix B- Statement of Requirements",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ab330575-786c-4c1e-a6f3-eb36fcfaefbf",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Appendix C- Terms and Conditions",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f5854ff0-0436-43b8-9525-3c8abd1ae886",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Appendix D- Response Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/50bf04bb-528f-4972-9b16-487e91d236f2",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "Appendix E- Pricing Table",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b8a0be18-f14b-4285-b857-7a7b6320b6a9",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "Invitation To Tender Document",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/54552db6-e3a5-4d1f-8e19-4301bd3ce78f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Appendix F Part A- Supplier Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/37518da1-3748-4b31-8ada-d301e8dc8e5d",
                "format": "application/pdf"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Appendix F Part B- Supplier Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8f2e539f-efc0-4d23-a419-12f14402aacb",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "Floor 9, The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Crown Commercial Service",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "3450103503"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/crown-commercial-service"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}