Award

Framework for Research and Evaluation Partners

COLLEGE OF POLICING LIMITED

This public procurement record has 4 releases in its history.

Award

23 Feb 2026 at 08:08

TenderUpdate

24 Jun 2025 at 11:21

Tender

04 Jun 2025 at 14:26

Planning

26 May 2025 at 14:07

Summary of the contracting process

The College of Policing Ltd successfully completed the establishment of a comprehensive Research and Evaluation Framework Contract. The procurement process was conducted using an open procedure, with the primary focus on services under the 'Research and Development services' industry category, taking place across the United Kingdom. The process included four lots: Scoping, Development and Review; Evaluation; Technical Expertise; and Evidence Searching & Synthesis, all with the aim to enhance policing effectiveness. The contract awards were announced on 23rd February 2026, with the contract period set to commence on 1st April 2026 and run until 31st March 2029, with potential extensions. The framework targets a sub-central government entity, reflecting its strategic importance in government missions such as Safer Streets.

This comprehensive framework offers numerous opportunities for business growth, particularly for SMEs and organisations with expertise in research, evaluation, or technical consultancy in policing and criminal justice environments. The inclusion of multiple lots provides scope for businesses to diversify their offerings. Companies well-suited for this opportunity include those specialising in data analysis, research services, and technical expertise aimed at improving public protection measures. Given its extensive scope, this framework allows organisations to contribute to impactful projects while potentially securing stable, long-term engagements with a prestigious public authority.

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

Framework for Research and Evaluation Partners

Notice Description

The College of Policing Ltd (the Authority) aims to establish a comprehensive Research and Evaluation Framework Contract, encompassing the following key components: * Scoping, development and review * Evaluation * Technical Expertise * Evidence searching and synthesis

Lot Information

Scoping, Development and Review

In this lot, we are looking for suppliers who can provide scoping and development capability that would include activities such as: feasibility testing, advice, preparatory or development work for evaluations, development of new and review of existing products, innovation generation and co-design of interventions and pilot evaluations. Suppliers are expected to demonstrate experience in delivering scoping and development work in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. This lot entails the provision of smaller scale scoping work including: * Review and development work, co-design and innovation generation - working with policing and criminal justice stakeholders to review/improve existing products, design or develop new products and innovative interventions and evaluations. * Initial research design and feasibility studies - exploring a theoretical approach to an intervention or its evaluation using the development of logic models and theories of change. Providing power calculations and developing plans for analysis in readiness for full scale evaluation. * Pilot evaluations or other small-scale, preliminary studies conducted to evaluate the feasibility of an intervention or its evaluation. The purpose being to improve upon the study design prior to the conducting of a full-scale evaluation. * Small Evaluations such as process tracing and contribution analysis to enable making causal statements about potential intervention impacts where there are a small number of heterogenous cases, or a counterfactual cannot be established.

Renewal: The Framework Contract can be extended for a further 24 months

Evaluation

In this lot, we are looking for suppliers who can provide an evaluation of the effectiveness of an intervention (impact evaluation) or an understanding of how an intervention was implemented (process evaluation), or a combination of the two approaches. Suppliers are expected to be able to demonstrate experience in delivering large scale evaluations in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. This lot entails the provision of evaluations such as: * Quasi-experiments to empirically evaluate the causal impact of an intervention on a target population where random assignment of cases to treatment and control groups is not possible. * Randomised controlled trial (RCTs) for empirical evaluation of the causal impact of an intervention on a target population, which uses random assignment of participants (to treatment and control groups) to control for factors outside of the intervention's conditions. * Stepped-wedge designs, either as part of a quasi-experiment or RCT, for when an intervention is to be implemented universally but can only be delivered to groups of eligible recipients incrementally over time, meaning control conditions cannot be maintained for the duration of the experiment. * Systems-wide evaluations that explore the systems that contribute to a problem or issue. The evaluations review the associated data and evidence, from both practice and research, to find a way for that system to work better to eradicate that problem or issue. The evaluations may include including system mapping, explorations of system dynamics, discrete event simulation modelling and other techniques. * Other evaluations - such as natural experiments and implementation studies.

Renewal: The Framework Contract can be extended for a further 24 months

Technical Expertise

In this lot, we are looking for suppliers who can provide technical expertise in the field listed below. Suppliers are expected to be able to demonstrate an understanding of policing and experience in applying these skills in a policing, criminal justice and public protection environment, specifically those subjects related to the key Government mission on Safer Streets. * Qualitative and quantitative data collection - such as the design and use of surveys, developing sampling frameworks, conducting interviews, focus groups, workshops and observations. Fieldwork to support evaluations with data collection requirements. * Qualitative data analysis skills- such as for example: content analysis, discourse analysis, grounded theory and interpretive phenomenological analysis. * Quantitative data analysis skills - skills such as use of and validation AI or predictive algorithms to analyse big data, advanced statistical methods such as non-parametric tests and Bayesian approaches and complex data visualisation. * Behavioural science expertise for applied settings that can help develop interventions to promote behaviour change among practitioners. * Economic appraisal approaches including cost-benefit and cost-consequence analysis, cost estimation, productivity assessments and value for money assessments. * Implementation science methods and strategies that facilitate the uptake of evidence - -based practice and research into regular use by practitioners.

Renewal: The Framework Contract can be extended for a further 24 months

Evidence Searching and Synthesis

In this lot, we are looking for suppliers who can provide a range of literature review and synthesis methodologies as outlined below. Suppliers are expected to be able to demonstrate experience in delivering literature synthesis in relation to policing or criminal justice subjects and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. * Rapid evidence assessments (REAs) that provide more structured and rigorous literature searches and quality assessments of the evidence than traditional literature reviews but are not as exhaustive as systematic reviews. * Systematic reviews that require equivalent standards of rigour to primary research, using explicit and transparent methods to ensure the review is accountable, replicable and updateable. * Meta-analyses using statistical techniques for combining results from different studies to obtain a quantitative estimate of the overall effect of a particular intervention or variable on a defined outcome. * Systematic searching - developing search strings for use with academic databases, grey literature and other relevant searches, developing and applying screening criteria, audit trails for searches and screening, and enabling replicability for future scrutiny or updates to reviews * Evidence gap maps- coding the results of searches into interactive visual presentations of evidence gaps

Renewal: The Framework Contract can be extended for a further 24 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-052646
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015886-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Large, SME

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

79300000 - Market and economic research; polling and statistics

79310000 - Market research services

79312000 - Market-testing services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
£4,500,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
23 Feb 2026Today
Submission Deadline
4 Jul 2025Expired
Future Notice Date
30 May 2025Expired
Award Date
20 Feb 20263 days ago
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
COLLEGE OF POLICING LIMITED
Contact Name
Not specified
Contact Email
cpu.mailbox@college.police.uk
Contact Phone
Not specified

Buyer Location

Locality
COVENTRY
Postcode
CV8 3EN
Post Town
Coventry
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG1 Herefordshire, Worcestershire and Warwickshire
Small Region (ITL 3)
TLG13 Warwickshire CC
Delivery Location
Not specified

Local Authority
Rugby
Electoral Ward
Dunsmore
Westminster Constituency
Kenilworth and Southam

Supplier Information

Number of Suppliers
15
Supplier Names

CAMBRIDGE CENTRE FOR EVIDENCE-BASED POLICING

CITY ST GEORGE'S, UNIVERSITY OF LONDON

CORDIS BRIGHT

CREST ADVISORY (UK

EAP RESEARCH CONSULTANCY

ECORYS

IPSOS (MARKET RESEARCH

ITAD

LONDON METROPOLITAN UNIVERSITY

NATIONAL CENTRE FOR SOCIAL RESEARCH

PRIVATE PUBLIC

THE UNIVERSITY OF BIRMINGHAM

THE UNIVERSITY OF HULL

UNIVERSITY OF SUFFOLK

WAZOKU

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-052646-2026-02-23T08:08:33Z",
    "date": "2026-02-23T08:08:33Z",
    "ocid": "ocds-h6vhtk-052646",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "027482-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/027482-2025",
                "datePublished": "2025-05-26T15:07:04+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-08235199",
            "name": "COLLEGE OF POLICING LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08235199"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJNL-2763-PVHM"
                }
            ],
            "address": {
                "streetAddress": "Rugby Building Leamington Road",
                "locality": "Coventry",
                "postalCode": "CV8 3EN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "email": "CPU.Mailbox@college.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.college.police.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-03620136",
            "name": "CORDIS BRIGHT LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03620136"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMJY-8587-DJBD"
                }
            ],
            "address": {
                "streetAddress": "Thomas Ford House, 23-24 Smithfield Street",
                "locality": "London",
                "postalCode": "EC1A 9LF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "info@cordisbright.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.cordisbright.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-08181317",
            "name": "CREST ADVISORY (UK) LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08181317"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYHX-9839-GYQG"
                }
            ],
            "address": {
                "streetAddress": "2 Bath Place",
                "locality": "London",
                "postalCode": "EC2A 3DR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "procurement@crestadvisory.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.crestadvisory.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-01650169",
            "name": "ECORYS UK LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01650169"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNBN-8861-YHXR"
                }
            ],
            "address": {
                "streetAddress": "Albert House Quay Place",
                "locality": "Birmingham",
                "postalCode": "B1 2RA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "email": "idst@ecorys.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.ecorys.com/united-kingdom",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-00974438",
            "name": "LONDON METROPOLITAN UNIVERSITY",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00974438"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PWRV-6768-MQCM"
                }
            ],
            "address": {
                "streetAddress": "London Metropolitan University",
                "locality": "London",
                "postalCode": "N7 8DB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "strategic-procurement@londonmet.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.londonmet.ac.uk/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-00948470",
            "name": "IPSOS (MARKET RESEARCH) LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00948470"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PCXT-5737-ZJLM"
                }
            ],
            "address": {
                "streetAddress": "3 Thomas More Square",
                "locality": "London",
                "postalCode": "E1W 1YW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "tenders@ipsos.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.ipsos.com/en-uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-04392418",
            "name": "NATIONAL CENTRE FOR SOCIAL RESEARCH",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04392418"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYBW-6682-WWCV"
                }
            ],
            "address": {
                "streetAddress": "35 Northampton Square",
                "locality": "London",
                "postalCode": "EC1V 0AX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "new-business@natcen.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.natcen.ac.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-RC000645",
            "name": "THE UNIVERSITY OF BIRMINGHAM",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000645"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHCQ-3464-LVTM"
                }
            ],
            "address": {
                "streetAddress": "Edgbaston",
                "locality": "Birmingham",
                "postalCode": "B15 2TT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "email": "procurement@bham.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.birmingham.ac.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-CHC-RC000654",
            "name": "The University of Hull",
            "identifier": {
                "scheme": "GB-CHC",
                "id": "RC000654"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-UKPRN",
                    "id": "UKPRN 10007149"
                }
            ],
            "address": {
                "streetAddress": "Venn Building",
                "locality": "Kingston-upon-Hull, Hull, UK",
                "postalCode": "HU6 7RX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE11"
            },
            "contactPoint": {
                "email": "desiree.betts@hull.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.hull.ac.uk/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-08660094",
            "name": "CAMBRIDGE CENTRE FOR EVIDENCE-BASED POLICING LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08660094"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHNP-5894-NJJQ"
                }
            ],
            "address": {
                "streetAddress": "Milton Hall, Ely Road",
                "locality": "Cambridge",
                "postalCode": "CB24 6WZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "email": "chief@cambridge-ebp.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.cambridge-ebp.co.uk/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-01869600",
            "name": "ITAD LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01869600"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNXY-8249-DBTL"
                }
            ],
            "address": {
                "streetAddress": "1st Floor, International House",
                "locality": "Brighton",
                "postalCode": "BN1 3XE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ21"
            },
            "contactPoint": {
                "email": "bidding@itad.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://itad.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-06405704",
            "name": "PRIVATE PUBLIC LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06405704"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMQN-5193-QTBD"
                }
            ],
            "address": {
                "streetAddress": "Unit 3 St Saviours Wharf",
                "locality": "London",
                "postalCode": "SE1 2BE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "tenders@ppl.org.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.ppl.org.uk",
                "scale": "sme",
                "vcse": true,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-07540637",
            "name": "WAZOKU LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07540637"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNPT-9539-NZYG"
                }
            ],
            "address": {
                "streetAddress": "10 Lower Thames Street",
                "locality": "London",
                "postalCode": "EC3R 6AF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "accounts@wazoku.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://wazoku.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-CHC-RC000121",
            "name": "City St George's, University of London",
            "identifier": {
                "scheme": "GB-CHC",
                "id": "RC000121"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-UKPRN",
                    "id": "10001478"
                }
            ],
            "address": {
                "streetAddress": "City St George's, University of London, Northampton Square",
                "locality": "London",
                "postalCode": "EC1V 0HB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "ResearchSupport@city.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.citystgeorges.ac.uk/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-14452551",
            "name": "EAP RESEARCH CONSULTANCY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "14452551"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PVDH-6646-BYGX"
                }
            ],
            "address": {
                "streetAddress": "Chaland Springfield Road",
                "locality": "Stroud",
                "postalCode": "GL5 1TP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "email": "jonathan.hobson@eaprc.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.eaprc.com/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-05078498",
            "name": "UNIVERSITY OF SUFFOLK LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05078498"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPMH-9739-GNRL"
                }
            ],
            "address": {
                "streetAddress": "Waterfront Building",
                "locality": "Ipswich",
                "postalCode": "IP4 1QJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH14"
            },
            "contactPoint": {
                "email": "procurement@uos.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://ww.uos.ac.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-08235199",
        "name": "COLLEGE OF POLICING LIMITED"
    },
    "tender": {
        "id": "COP29_2024",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Framework for Research and Evaluation Partners",
        "description": "The College of Policing Ltd (the Authority) aims to establish a comprehensive Research and Evaluation Framework Contract, encompassing the following key components: * Scoping, development and review * Evaluation * Technical Expertise * Evidence searching and synthesis",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "value": {
            "amountGross": 12000000,
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-052646",
                "type": [
                    "win"
                ],
                "description": "No fee applicable"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 30,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "Suppliers must complete the Framework Pricing Schedule - which provides maximum ceiling rates not to be exceeded. Supplier Responses will be evaluated via a Price per Quality Point Methodology",
                "openFrameworkSchemeEndDate": "2030-08-31T23:59:59+01:00"
            }
        },
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-07-04T16:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-06-25T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-07-28T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Scoping, Development and Review",
                "description": "In this lot, we are looking for suppliers who can provide scoping and development capability that would include activities such as: feasibility testing, advice, preparatory or development work for evaluations, development of new and review of existing products, innovation generation and co-design of interventions and pilot evaluations. Suppliers are expected to demonstrate experience in delivering scoping and development work in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. This lot entails the provision of smaller scale scoping work including: * Review and development work, co-design and innovation generation - working with policing and criminal justice stakeholders to review/improve existing products, design or develop new products and innovative interventions and evaluations. * Initial research design and feasibility studies - exploring a theoretical approach to an intervention or its evaluation using the development of logic models and theories of change. Providing power calculations and developing plans for analysis in readiness for full scale evaluation. * Pilot evaluations or other small-scale, preliminary studies conducted to evaluate the feasibility of an intervention or its evaluation. The purpose being to improve upon the study design prior to the conducting of a full-scale evaluation. * Small Evaluations such as process tracing and contribution analysis to enable making causal statements about potential intervention impacts where there are a small number of heterogenous cases, or a counterfactual cannot be established.",
                "status": "complete",
                "value": {
                    "amountGross": 3000000,
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Ability/Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2030-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Contract can be extended for a further 24 months"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas. Important Note on Award Decisions and Market Engagement: Should the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to: a. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range. b. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs. c. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot."
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Evaluation",
                "description": "In this lot, we are looking for suppliers who can provide an evaluation of the effectiveness of an intervention (impact evaluation) or an understanding of how an intervention was implemented (process evaluation), or a combination of the two approaches. Suppliers are expected to be able to demonstrate experience in delivering large scale evaluations in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. This lot entails the provision of evaluations such as: * Quasi-experiments to empirically evaluate the causal impact of an intervention on a target population where random assignment of cases to treatment and control groups is not possible. * Randomised controlled trial (RCTs) for empirical evaluation of the causal impact of an intervention on a target population, which uses random assignment of participants (to treatment and control groups) to control for factors outside of the intervention's conditions. * Stepped-wedge designs, either as part of a quasi-experiment or RCT, for when an intervention is to be implemented universally but can only be delivered to groups of eligible recipients incrementally over time, meaning control conditions cannot be maintained for the duration of the experiment. * Systems-wide evaluations that explore the systems that contribute to a problem or issue. The evaluations review the associated data and evidence, from both practice and research, to find a way for that system to work better to eradicate that problem or issue. The evaluations may include including system mapping, explorations of system dynamics, discrete event simulation modelling and other techniques. * Other evaluations - such as natural experiments and implementation studies.",
                "status": "complete",
                "value": {
                    "amountGross": 4800000,
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Ability/Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2030-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Contract can be extended for a further 24 months"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas. Important Note on Award Decisions and Market Engagement: Should the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to: a. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range. b. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs. c. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot."
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Technical Expertise",
                "description": "In this lot, we are looking for suppliers who can provide technical expertise in the field listed below. Suppliers are expected to be able to demonstrate an understanding of policing and experience in applying these skills in a policing, criminal justice and public protection environment, specifically those subjects related to the key Government mission on Safer Streets. * Qualitative and quantitative data collection - such as the design and use of surveys, developing sampling frameworks, conducting interviews, focus groups, workshops and observations. Fieldwork to support evaluations with data collection requirements. * Qualitative data analysis skills- such as for example: content analysis, discourse analysis, grounded theory and interpretive phenomenological analysis. * Quantitative data analysis skills - skills such as use of and validation AI or predictive algorithms to analyse big data, advanced statistical methods such as non-parametric tests and Bayesian approaches and complex data visualisation. * Behavioural science expertise for applied settings that can help develop interventions to promote behaviour change among practitioners. * Economic appraisal approaches including cost-benefit and cost-consequence analysis, cost estimation, productivity assessments and value for money assessments. * Implementation science methods and strategies that facilitate the uptake of evidence - -based practice and research into regular use by practitioners.",
                "status": "complete",
                "value": {
                    "amountGross": 3000000,
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Ability/Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2030-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Contract can be extended for a further 24 months"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas. Important Note on Award Decisions and Market Engagement: Should the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to: a. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range. b. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs. c. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot."
                        }
                    ]
                }
            },
            {
                "id": "4",
                "title": "Evidence Searching and Synthesis",
                "description": "In this lot, we are looking for suppliers who can provide a range of literature review and synthesis methodologies as outlined below. Suppliers are expected to be able to demonstrate experience in delivering literature synthesis in relation to policing or criminal justice subjects and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. * Rapid evidence assessments (REAs) that provide more structured and rigorous literature searches and quality assessments of the evidence than traditional literature reviews but are not as exhaustive as systematic reviews. * Systematic reviews that require equivalent standards of rigour to primary research, using explicit and transparent methods to ensure the review is accountable, replicable and updateable. * Meta-analyses using statistical techniques for combining results from different studies to obtain a quantitative estimate of the overall effect of a particular intervention or variable on a defined outcome. * Systematic searching - developing search strings for use with academic databases, grey literature and other relevant searches, developing and applying screening criteria, audit trails for searches and screening, and enabling replicability for future scrutiny or updates to reviews * Evidence gap maps- coding the results of searches into interactive visual presentations of evidence gaps",
                "status": "complete",
                "value": {
                    "amountGross": 1200000,
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Ability/Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2030-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Contract can be extended for a further 24 months"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas. Important Note on Award Decisions and Market Engagement: Should the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to: a. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range. b. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs. c. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-30T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "The Bid Pack is published via the Home Office JAGGAER eSourcing Portal - a link to the Bid Pack can be found here https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75",
                "url": "https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75"
            },
            {
                "id": "029963-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029963-2025",
                "datePublished": "2025-06-04T15:26:05+01:00",
                "format": "text/html"
            },
            {
                "id": "034696-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034696-2025",
                "datePublished": "2025-06-24T12:21:58+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "034696-2025",
                "description": "The Tendering Authority has made changes to some documents in the Bid Pack. The new Documents are: ITT Attachment 1 - SOR Final Vers 1.0 ITT Part 1 - Instruction to Bidders The updated Bid Pack can be found on the Home Office JAGGAER e-sourcing Portal - Reference Itt_1441 - COP29-2024 FRAMEWORK FOR RESEARCH AND EVALUATION PARTNERS"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 42,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 13,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 10,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "5",
                "measure": "bids",
                "value": 32,
                "relatedLot": "2"
            },
            {
                "id": "6",
                "measure": "finalStageBids",
                "value": 13,
                "relatedLot": "2"
            },
            {
                "id": "7",
                "measure": "smeFinalStageBids",
                "value": 10,
                "relatedLot": "2"
            },
            {
                "id": "8",
                "measure": "vcseFinalStageBids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "9",
                "measure": "bids",
                "value": 41,
                "relatedLot": "3"
            },
            {
                "id": "10",
                "measure": "finalStageBids",
                "value": 17,
                "relatedLot": "3"
            },
            {
                "id": "11",
                "measure": "smeFinalStageBids",
                "value": 14,
                "relatedLot": "3"
            },
            {
                "id": "12",
                "measure": "vcseFinalStageBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "13",
                "measure": "bids",
                "value": 33,
                "relatedLot": "4"
            },
            {
                "id": "14",
                "measure": "finalStageBids",
                "value": 20,
                "relatedLot": "4"
            },
            {
                "id": "15",
                "measure": "smeFinalStageBids",
                "value": 17,
                "relatedLot": "4"
            },
            {
                "id": "16",
                "measure": "vcseFinalStageBids",
                "value": 3,
                "relatedLot": "4"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Small Evaluations",
            "status": "pending",
            "date": "2026-02-20T00:00:00Z",
            "value": {
                "amountGross": 1800000,
                "amount": 1500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03620136",
                    "name": "CORDIS BRIGHT LIMITED"
                },
                {
                    "id": "GB-COH-08181317",
                    "name": "CREST ADVISORY (UK) LIMITED"
                },
                {
                    "id": "GB-COH-01650169",
                    "name": "ECORYS UK LIMITED"
                },
                {
                    "id": "GB-COH-00974438",
                    "name": "LONDON METROPOLITAN UNIVERSITY"
                },
                {
                    "id": "GB-COH-00948470",
                    "name": "IPSOS (MARKET RESEARCH) LTD"
                },
                {
                    "id": "GB-COH-04392418",
                    "name": "NATIONAL CENTRE FOR SOCIAL RESEARCH"
                },
                {
                    "id": "GB-COH-RC000645",
                    "name": "THE UNIVERSITY OF BIRMINGHAM"
                },
                {
                    "id": "GB-CHC-RC000654",
                    "name": "The University of Hull"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "73000000",
                            "description": "Research and development services and related consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79300000",
                            "description": "Market and economic research; polling and statistics"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2029-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Framework will be refreshed after the initial term, for another term of 24 months."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "015886-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015886-2026",
                    "datePublished": "2026-02-23T08:08:33Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-20T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "title": "Large Scale Evaluations",
            "status": "pending",
            "date": "2026-02-20T00:00:00Z",
            "value": {
                "amountGross": 2880000,
                "amount": 2400000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-08660094",
                    "name": "CAMBRIDGE CENTRE FOR EVIDENCE-BASED POLICING LTD"
                },
                {
                    "id": "GB-COH-03620136",
                    "name": "CORDIS BRIGHT LIMITED"
                },
                {
                    "id": "GB-COH-08181317",
                    "name": "CREST ADVISORY (UK) LIMITED"
                },
                {
                    "id": "GB-COH-01650169",
                    "name": "ECORYS UK LIMITED"
                },
                {
                    "id": "GB-COH-00948470",
                    "name": "IPSOS (MARKET RESEARCH) LTD"
                },
                {
                    "id": "GB-COH-RC000645",
                    "name": "THE UNIVERSITY OF BIRMINGHAM"
                },
                {
                    "id": "GB-CHC-RC000654",
                    "name": "The University of Hull"
                },
                {
                    "id": "GB-COH-04392418",
                    "name": "NATIONAL CENTRE FOR SOCIAL RESEARCH"
                }
            ],
            "items": [
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "73000000",
                            "description": "Research and development services and related consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79310000",
                            "description": "Market research services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2029-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Framework will be refreshed after 3 years for an additional 24 months"
            },
            "relatedLots": [
                "2"
            ],
            "documents": [
                {
                    "id": "015886-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015886-2026",
                    "datePublished": "2026-02-23T08:08:33Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-20T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "3",
            "title": "Technical Expertise",
            "status": "pending",
            "date": "2026-02-20T00:00:00Z",
            "value": {
                "amountGross": 1800000,
                "amount": 1500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04392418",
                    "name": "NATIONAL CENTRE FOR SOCIAL RESEARCH"
                },
                {
                    "id": "GB-COH-01650169",
                    "name": "ECORYS UK LIMITED"
                },
                {
                    "id": "GB-COH-01869600",
                    "name": "ITAD LIMITED"
                },
                {
                    "id": "GB-COH-06405704",
                    "name": "PRIVATE PUBLIC LTD"
                },
                {
                    "id": "GB-CHC-RC000654",
                    "name": "The University of Hull"
                },
                {
                    "id": "GB-COH-RC000645",
                    "name": "THE UNIVERSITY OF BIRMINGHAM"
                },
                {
                    "id": "GB-COH-07540637",
                    "name": "WAZOKU LIMITED"
                }
            ],
            "items": [
                {
                    "id": "3",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "73000000",
                            "description": "Research and development services and related consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79312000",
                            "description": "Market-testing services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "3"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2029-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Framework will be refreshed after the initial term for another 24 months"
            },
            "relatedLots": [
                "3"
            ],
            "documents": [
                {
                    "id": "015886-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015886-2026",
                    "datePublished": "2026-02-23T08:08:33Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-20T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "4",
            "title": "Evidence Searching & Synthesis",
            "status": "pending",
            "date": "2026-02-20T00:00:00Z",
            "value": {
                "amountGross": 720000,
                "amount": 600000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-CHC-RC000121",
                    "name": "City St George's, University of London"
                },
                {
                    "id": "GB-COH-14452551",
                    "name": "EAP RESEARCH CONSULTANCY LIMITED"
                },
                {
                    "id": "GB-COH-01869600",
                    "name": "ITAD LIMITED"
                },
                {
                    "id": "GB-COH-04392418",
                    "name": "NATIONAL CENTRE FOR SOCIAL RESEARCH"
                },
                {
                    "id": "GB-COH-06405704",
                    "name": "PRIVATE PUBLIC LTD"
                },
                {
                    "id": "GB-COH-05078498",
                    "name": "UNIVERSITY OF SUFFOLK LTD"
                },
                {
                    "id": "GB-COH-07540637",
                    "name": "WAZOKU LIMITED"
                }
            ],
            "items": [
                {
                    "id": "4",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "73000000",
                            "description": "Research and development services and related consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79300000",
                            "description": "Market and economic research; polling and statistics"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "4"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2029-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Framework will be refreshed after the initial term for another 24 months"
            },
            "relatedLots": [
                "4"
            ],
            "documents": [
                {
                    "id": "015886-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015886-2026",
                    "datePublished": "2026-02-23T08:08:33Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-20T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}