Planning

Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) Call-off Contract

DEPARTMENT FOR TRANSPORT

This public procurement record has 1 release in its history.

Planning

17 Nov 2022 at 14:25

Summary of the contracting process

The Department for Transport (the buying organization) is planning a tender titled "Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) Call-off Contract" in the services industry category with a total value of £5,000,000. The procurement stage is currently at the planning phase, and the tender is expected to go live in February 2023. The contract duration is estimated to be 4 years, with indicative dates for the ITT publication in early December 2022 and a likely closing date in mid-January 2022.

This tender presents an opportunity for suppliers with expertise in social research, monitoring, evaluation, and economic analysis to be part of a Framework Agreement. The buying organization, Department for Transport, seeks suppliers who can deliver a wide range of analytical methods and have knowledge of transport-related matters. The maximum budget for the contract is around £1,250,000 per year excluding VAT, and bids are welcome from individual suppliers or consortia. Interested parties can register for a supplier event on December 6, 2022, and must express their interest by December 2, 2022, via email. This tender aims to support the Authority's LRTA and REME divisions and inform policy decisions in the transport sector.

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

Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) Call-off Contract

Notice Description

The Department for Transport (the Authority) is looking for suppliers to deliver timely social research, monitoring, evaluation, and economic analysis on behalf of the Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) divisions. The contract will be structured as a Framework agreement, once the Framework is in place individual commissions will be allocated to Suppliers as and when required. Up to three Suppliers will be appointed as part of this Framework Agreement. Suppliers will need to have technical expertise in a range of analytical methods including but not limited to primary qualitative and quantitative research, secondary data analysis, evidence reviews, process, impact and value for money evaluation, and economic analysis - such as economic literature reviews, cost-benefit analysis and modelling. They will also need to have or be able to access subject matter expertise on transport-related matters throughout the lifetime of the contract (e.g., through sub-contracting arrangements). Outputs from this Framework and subsequent call-offs will be used to inform policy and operational decisions and to build the evidence base on a range of transport policy areas supported by the two divisions.

Lot Information

Lot 1

The overall aim of the contract is to deliver timely social research, monitoring, evaluation, and economic analysis to support the Authority's LRTA and REME divisions. To provide sufficient capacity and resilience to meet LRTA and REME's analytical needs. The Authority intends to appoint up to three suppliers to deliver this contract. We are looking to develop strong, partnership working with our suppliers that will enable us to quickly scope and commission high quality, fit-for-purpose research and analysis. Successful suppliers shall be skilled in a range of analytical methods and experienced in delivering this in a government or policy making context. This includes design and delivery of: Rapid evidence reviews / literature reviews / evidence synthesis including of economics literature/reports Qualitative, quantitative, and mixed methods primary research projects Secondary analysis of existing datasets, including cleaning, use of appropriate/statistical techniques, and quality assurance. Advanced quantitative data analysis projects Monitoring & evaluation studies Meta-analysis and meta-evaluation Economic modelling and forecasting Cost benefit analysis to support business cases, Impact Assessments and De-Minimis Assessments Economic evaluation to support future funding requests, to provide lessons learnt on appraisal work and to form evidence as part of the Post Implementation Review (PIR) Peer review and quality assurance of analytical plans and outputs It is likely that multiple projects will be delivered through the contract at one time. This means suppliers will need to have the capacity to deliver more than one project at a time, including more resource intensive primary research projects. The maximum budget for the contract is for approximately PS1,250,000 p/a excluding VAT, with a lifetime value of up to PS5,000,000. Bids are welcome from individual suppliers (including any key Sub-Contractors that will support you in the delivery of the framework) and consortia who can demonstrate that they are able to meet the full set of requirements. Suppliers must also be willing and able to bring in new partners on board during the lifetime of the contract should additional capacity, skills or expertise be required to be able to meet project-specific requirements. Indicative dates: Service to go live: February 2023 onwards. Estimated contract duration: 4 years. Estimated publish date of ITT: Early December 2022, with a likely closing date of mid January 2022. We intend to hold a recorded supplier event via Microsoft Teams on Tuesday 6th December 2022, 12:00 - 12:30hrs. The aim is to share more detail on the above requirement and gauge the level of interest in the market. A recording can be shared with interested parties post-event. Depending on demand, we may offer brief 1-2-1 call with suppliers who are considering a bid. Questions submitted to us either in writing or during calls will be written up, along with the answers, and circulated to all suppliers who express an interest in bidding (and made available to all bidders once the ITT is issued). To register your interest in attending the supplier event and/or a brief 1-2-1 call, please email local.evaluation@dft.gov.uk by Friday 2nd December (specifying your interest in attending the supplier event, a 1-2-1, or both). The competition will be run via the DfT e-portal system, Jaggaer, and interested parties will need to register for this service at https://dft.app.jaggaer.com/web/login.html This Prior Information Notice does not imply any commitment and is not a call for competition. We are assessing the market interest in providing the services required. Without sufficient interest the tendering exercise may be aborted. Should we proceed, the invitation to tender will be the subject to a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-038621
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032649-2022
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

73000000 - Research and development services and related consultancy services

73110000 - Research services

73430000 - Test and evaluation

79300000 - Market and economic research; polling and statistics

79310000 - Market research services

79311000 - Survey services

79311100 - Survey design services

79311200 - Survey conduction services

79311210 - Telephone survey services

79311300 - Survey analysis services

79311400 - Economic research services

79311410 - Economic impact assessment

79313000 - Performance review services

79314000 - Feasibility study

79315000 - Social research services

79320000 - Public-opinion polling services

79330000 - Statistical services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Nov 20223 years ago
Submission Deadline
Not specified
Future Notice Date
5 Dec 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR TRANSPORT
Contact Name
Not specified
Contact Email
local.evaluation@dft.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
WESTMINISTER
Postcode
SW1P 4DR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
Vincent Square
Westminster Constituency
Cities of London and Westminster

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-h6vhtk-038621-2022-11-17T14:25:15Z",
    "date": "2022-11-17T14:25:15Z",
    "ocid": "ocds-h6vhtk-038621",
    "initiationType": "tender",
    "tender": {
        "id": "TLOT0037",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) Call-off Contract",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "79300000",
            "description": "Market and economic research; polling and statistics"
        },
        "mainProcurementCategory": "services",
        "description": "The Department for Transport (the Authority) is looking for suppliers to deliver timely social research, monitoring, evaluation, and economic analysis on behalf of the Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) divisions. The contract will be structured as a Framework agreement, once the Framework is in place individual commissions will be allocated to Suppliers as and when required. Up to three Suppliers will be appointed as part of this Framework Agreement. Suppliers will need to have technical expertise in a range of analytical methods including but not limited to primary qualitative and quantitative research, secondary data analysis, evidence reviews, process, impact and value for money evaluation, and economic analysis - such as economic literature reviews, cost-benefit analysis and modelling. They will also need to have or be able to access subject matter expertise on transport-related matters throughout the lifetime of the contract (e.g., through sub-contracting arrangements). Outputs from this Framework and subsequent call-offs will be used to inform policy and operational decisions and to build the evidence base on a range of transport policy areas supported by the two divisions.",
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The overall aim of the contract is to deliver timely social research, monitoring, evaluation, and economic analysis to support the Authority's LRTA and REME divisions. To provide sufficient capacity and resilience to meet LRTA and REME's analytical needs. The Authority intends to appoint up to three suppliers to deliver this contract. We are looking to develop strong, partnership working with our suppliers that will enable us to quickly scope and commission high quality, fit-for-purpose research and analysis. Successful suppliers shall be skilled in a range of analytical methods and experienced in delivering this in a government or policy making context. This includes design and delivery of: Rapid evidence reviews / literature reviews / evidence synthesis including of economics literature/reports Qualitative, quantitative, and mixed methods primary research projects Secondary analysis of existing datasets, including cleaning, use of appropriate/statistical techniques, and quality assurance. Advanced quantitative data analysis projects Monitoring & evaluation studies Meta-analysis and meta-evaluation Economic modelling and forecasting Cost benefit analysis to support business cases, Impact Assessments and De-Minimis Assessments Economic evaluation to support future funding requests, to provide lessons learnt on appraisal work and to form evidence as part of the Post Implementation Review (PIR) Peer review and quality assurance of analytical plans and outputs It is likely that multiple projects will be delivered through the contract at one time. This means suppliers will need to have the capacity to deliver more than one project at a time, including more resource intensive primary research projects. The maximum budget for the contract is for approximately PS1,250,000 p/a excluding VAT, with a lifetime value of up to PS5,000,000. Bids are welcome from individual suppliers (including any key Sub-Contractors that will support you in the delivery of the framework) and consortia who can demonstrate that they are able to meet the full set of requirements. Suppliers must also be willing and able to bring in new partners on board during the lifetime of the contract should additional capacity, skills or expertise be required to be able to meet project-specific requirements. Indicative dates: Service to go live: February 2023 onwards. Estimated contract duration: 4 years. Estimated publish date of ITT: Early December 2022, with a likely closing date of mid January 2022. We intend to hold a recorded supplier event via Microsoft Teams on Tuesday 6th December 2022, 12:00 - 12:30hrs. The aim is to share more detail on the above requirement and gauge the level of interest in the market. A recording can be shared with interested parties post-event. Depending on demand, we may offer brief 1-2-1 call with suppliers who are considering a bid. Questions submitted to us either in writing or during calls will be written up, along with the answers, and circulated to all suppliers who express an interest in bidding (and made available to all bidders once the ITT is issued). To register your interest in attending the supplier event and/or a brief 1-2-1 call, please email local.evaluation@dft.gov.uk by Friday 2nd December (specifying your interest in attending the supplier event, a 1-2-1, or both). The competition will be run via the DfT e-portal system, Jaggaer, and interested parties will need to register for this service at https://dft.app.jaggaer.com/web/login.html This Prior Information Notice does not imply any commitment and is not a call for competition. We are assessing the market interest in providing the services required. Without sufficient interest the tendering exercise may be aborted. Should we proceed, the invitation to tender will be the subject to a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73430000",
                        "description": "Test and evaluation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311000",
                        "description": "Survey services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311100",
                        "description": "Survey design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311200",
                        "description": "Survey conduction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311210",
                        "description": "Telephone survey services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311300",
                        "description": "Survey analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311400",
                        "description": "Economic research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311410",
                        "description": "Economic impact assessment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79313000",
                        "description": "Performance review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79314000",
                        "description": "Feasibility study"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79315000",
                        "description": "Social research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79320000",
                        "description": "Public-opinion polling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79330000",
                        "description": "Statistical services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-12-05T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-68751",
            "name": "Department for Transport",
            "identifier": {
                "legalName": "Department for Transport"
            },
            "address": {
                "streetAddress": "Great Minster House, 33 Horseferry Road, London, SW1P 4DR",
                "locality": "Westminister",
                "region": "UK",
                "postalCode": "SW1P 4DR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "local.evaluation@dft.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-transport",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-68751",
        "name": "Department for Transport"
    },
    "language": "en"
}