{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-febb192b-c7a9-49d5-b83d-85d7f684f26e-2018-06-01T17:26:13+01:00",
    "date": "2018-06-01T17:26:13+01:00",
    "ocid": "ocds-b5fd17-febb192b-c7a9-49d5-b83d-85d7f684f26e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CCZZ18A18",
        "title": "FUTURE FREIGHT:MANAGING CONGESTION",
        "description": ") Future of Freight: Managing Congestion (Budget capped at PS80,000.00 excluding VAT) 1.1 The purpose of this requirement is to provide to the National Infrastructure Commission with advice and analysis on: 1.1.1 How freight can reduce its impact on congestion and the methods through which freight can minimise its exposure to congestion. 1.1.2 The relative effectiveness of different interventions for managing the impacts of congestion on the freight system, (including but not restricted to smart motorways, lorry platooning, digital railway signalling, and longer heavier vehicles) to manage congestion on the UK road and rail networks 1.1.3 The barriers to introducing or the scaling of existing and emerging technologies that seek to manage the impacts of congestion on freight or maximise the existing transport network capacity; 1.1.4 An understanding of the potential for modal shift of freight from road to rail or waterborne forms of transport, as well as the potential benefits impacts of moving freight off rail; 1.1.5 The characteristics of congested areas and desktop review of pinch points to understand the underlying causes of congestion; 1.1.6 The role that better data gathering, sharing and interrogation/use could deliver in reducing the impact of congestion on freight, and broader decision making on infrastructure investment; and 1.1.7 Identify relevant domestic and international case studies for how the impacts of congestion have been successfully managed in relation to the freight industry Please note that in order to bid for the requirement you must ensure that you are registered on the: Framework RM6018 Research Market Place (see below Links) https://ccs-agreements.cabinetoffice.gov.uk/contracts/rm6018 And on the Government e-portal system https://gpsesourcing.cabinetoffice.gov.uk/emptoris/sso_login.jsp#/login/loginPage Once Registered please email CS.procurement@crowncommercial.gov.uk and freightstudy@nic.gsi.gov.uk requesting a copy of the Invitation to tender (ITT) suite of documents Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the e-Sourcing Suite, you will need to express your interest by emailing ExpressionOfInterest@Crowncommercial.gov.uk The dead line for submission of tenders will be Friday 15th June 2018. Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk",
        "datePublished": "2018-06-01T17:26:13+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79310000",
            "description": "Market research services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 80000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2018-06-14T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-06-26T00:00:00+01:00",
            "endDate": "2018-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d5d888a0-2840-437e-8d83-dac5c0053d2f",
                "datePublished": "2018-06-01T17:26:13+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "CCZZ18A18 Appendix B - Managing Congestion -Approved FINAL (1)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fadc5c94-b4e3-4093-aa9f-e6245a3acfb8",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "CCZZ18A18 Appendix D - Managing Congestion Approved (1)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c1c3a5bb-4b0e-4c7b-9fcd-0a63bedf3ffb",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor The Capital",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "CS.procurement@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}