- Scope of the procurement
- Lot 1. Data management, open text coding, text analytics and transcribing
- Lot 2. Primary Research
- Lot 3. Evaluations and Impact Assessments of Projects and Programmes
- Lot 4. Property & Economic Intelligence
- Lot 5. Analytics and Modelling
- Lot 6. Expert Networks: Cross-cutting Research and Evidence Generation
Section one: Contracting authority
one.1) Name and addresses
Manchester City Council
Level 3, Town Hall Extention
Manchester
M60 2LA
Contact
Mr Chris Johnson
chris.johnson@manchester.gov.uk
Telephone
+44 1612343085
Fax
+44 1612740013
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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).