Notice Information
Notice Title
Framework Agreement: Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME)
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, analysis for Impact Assessments 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. Publish date of ITT: 8th December 2022, with a closing date of 25th January 2023. A supplier event via Microsoft Teams was held Tuesday 6th December 2022, 12:00 - 12:30hrs, sharing details on the above requirement and to gauge the level of interest in the market. A recording will be shared via our e-tendering portal 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038629
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034834-2022
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- 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
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Dec 20223 years ago
- Submission Deadline
- 25 Jan 2023Expired
- Future Notice Date
- 5 Dec 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR TRANSPORT
- Contact Name
- Not specified
- Contact Email
- andrew.minshall@dft.gov.uk, local.evaluation@dft.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-038629-2022-12-08T15:46:09Z",
"date": "2022-12-08T15:46:09Z",
"ocid": "ocds-h6vhtk-038629",
"initiationType": "tender",
"tender": {
"id": "TLOT0037",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework Agreement: Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME)",
"status": "active",
"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, analysis for Impact Assessments 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. Publish date of ITT: 8th December 2022, with a closing date of 25th January 2023. A supplier event via Microsoft Teams was held Tuesday 6th December 2022, 12:00 - 12:30hrs, sharing details on the above requirement and to gauge the level of interest in the market. A recording will be shared via our e-tendering portal 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",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"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"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-12-05T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://dft.app.jaggaer.com/go/350112500184F268F94E",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"tenderPeriod": {
"endDate": "2023-01-25T17:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2023-01-25T17:00:00Z"
},
"bidOpening": {
"date": "2023-01-25T17:00:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-6043",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"locality": "London",
"region": "UK",
"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"
}
]
}
},
{
"id": "GB-FTS-70382",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"streetAddress": "SW1P4DR",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Andrew.Minshall@dft.gov.uk",
"url": "https://dft.app.jaggaer.com/go/350112500184F268F94E"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-transport",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-70383",
"name": "Dept for Transport",
"identifier": {
"legalName": "Dept for Transport"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-70382",
"name": "Department for Transport"
},
"language": "en"
}