Tender

TC645 - Research, Evaluation and Data Sciences

  • Manchester City Council

F02: Contract notice

Notice identifier: 2021/S 000-013575

Procurement identifier (OCID): ocds-h6vhtk-02bc7a

Published 16 June 2021, 10:45am



Section one: Contracting authority

one.1) Name and addresses

Manchester City Council

Level 3, Town Hall Extention

Manchester

M60 2LA

Contact

Mr Chris Johnson

Email

chris.johnson@manchester.gov.uk

Telephone

+44 1612343085

Fax

+44 1612740013

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.manchester.gov.uk

Buyer's address

http://www.manchester.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TC645 - Research, Evaluation and Data Sciences

Reference number

DN547243

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Manchester City Council (MCC) is looking to establish a procurement framework to help delivery its research and intelligence work, in support of its wider objectives. The framework will provide a mechanism through which expert support and advice can be effectively obtained to meet the myriad of needs of Manchester.

Decision makers in the city require high quality research and intelligence in order to ensure delivery of Our Manchester Strategy and to maximise the benefit from increasingly challenging budgets.

Framework Structure

The Performance Research and Intelligence (PRI) function in MCC is establishing a procurement framework which will help support the work of the directorate, The Council and our partners. The Research, Evaluation and Data Sciences (REDS) Framework covers a broad range of activities which have been structured into six areas, known as LOTs. There will be a maximum of 15 providers on each LOT. The LOTs are as follows:

LOT 1 – Data management, open text coding, text analytics and transcribing

• Coding of text, including responses to open text consultation questions and internal case notes

• Sentiment analysis

• Machine learning analysis

• Transcribing audio files

• Recoding and transforming datafiles

LOT 2 - Primary Research

• Opinion research - Measuring perceptions and opinions of residents, businesses, service users via interviews, survey, focus groups

• Observation/ ethnographic research

• Insights including behavioral insights

LOT 3 - Evaluations and Impact Assessments of Projects and Programmes

• Theory of Change and Logic Model development

• Evaluation and Impact Assessments of projects and programmes including both outcome and process evaluation

• Cost Benefit Analysis

• Randomised Controlled Trials

• Rapid Evidence Reviews of services, systems and current internal practice

• Equality Impact Assessments (EIA) and Health Impact Assessments (HIA)

LOT 4 – Property & Economic Intelligence

• Residential property market analysis

• Commercial property market analysis

• Economic research including businesses, employment and skills

LOT 5 - Analytics and Modelling

• Analysis of complex data and presentation to a wide range of audiences

• Statistical Analysis, including descriptive statistics of time series, trends and demographic information

• Statistical Modelling, including classification and regression modelling to support population segmentation, risk stratification and predictive modelling

• Analysis of markets, including Social Care Markets

• Population and Service needs assessments to inform policy and commissioning

• Implementing data standards, quality and supporting approaches / systems

• Analysis and Modelling of demand for services to support service planning and commissioning decisions

• Presentation of analytics and modelling output to non-specialist audiences within bespoke and existing reports

• Development of analytical and modelling processes into standard workflows.

LOT 6 – Expert Networks: Cross-cutting Research and Evidence Generation

• Rapid review and synthesis of multiple and complementary evidence sources

• Complex systems modelling

• Advanced and cross-discipline economic analysis

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Data management, open text coding, text analytics and transcribing

Lot No

1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Data management, open text coding, text analytics and transcribing

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Primary Research

Lot No

2

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Primary Research

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Evaluations and Impact Assessments of Projects and Programmes

Lot No

3

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Evaluations and Impact Assessments of Projects and Programmes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Property & Economic Intelligence

Lot No

4

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Property & Economic Intelligence

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Analytics and Modelling

Lot No

5

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Analytics and Modelling

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Expert Networks: Cross-cutting Research and Evidence Generation

Lot No

6

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Expert Networks: Cross-cutting Research and Evidence Generation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 July 2021

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on Friday 16th July as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

The framework will be for two years expected to commence October/November 2021 with an option to extend for up to two years.

The successful supplier will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project.

The Council reserves the right not to award the framework, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework.

All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.

Please note that although descriptions in the framework are those used and required by Manchester City Council this framework is open to and may be used by other Authorities and Manchester Partners - this includes the following Councils - Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn Darwen BC, Blackpool, Cheshire East, Warrington, Manchester Central Convention Complex, Commission for New Economy, Transport for Greater Manchester (TfGM),Greater Manchester Transport Unit, Greater Manchester Combined Authority and the Integrated Transport Authority, Greater Manchester Police, Greater Manchester Fire Authority, Manchester International Airport, and any other public authority, National Health Service (NHS) organisation or companies / partners owned by or part of any contracting body

six.4) Procedures for review

six.4.1) Review body

Manchester City Council

Manchester

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point

information on the award of the contract is communicated to tenderers prior to entering into

the contract. If an appeal regarding the award of a contract has not been successfully

resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have

been harmed or are at risk of harm by a breach of the rules to take action in the High Court

(England, Wales and Northern Ireland).