Award

Framework for Research and Evaluation Partners

  • COLLEGE OF POLICING LIMITED

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-015886

Procurement identifier (OCID): ocds-h6vhtk-052646 (view related notices)

Published 23 February 2026, 8:08am



Scope

Reference

COP29_2024

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

Commercial tool

Establishes an open framework


Lot 1. 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.


Lot 2. 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.


Lot 3. 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.


Lot 4. 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


Contract 1. Small Evaluations

Lots

Lot 1. Scoping, Development and Review

Suppliers (8)

Contract value

  • £1,500,000 excluding VAT
  • £1,800,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 February 2026

Date assessment summaries were sent to tenderers

20 February 2026

Standstill period

  • End: 4 March 2026
  • 8 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2031
  • 5 years

Description of possible extension:

Framework will be refreshed after the initial term, for another term of 24 months.

Main procurement category

Services

CPV classifications

  • 73000000 - Research and development services and related consultancy services
  • 79300000 - Market and economic research; polling and statistics

Contract locations

  • UK - United Kingdom

Contract 2. Large Scale Evaluations

Lots

Lot 2. Evaluation

Suppliers (8)

Contract value

  • £2,400,000 excluding VAT
  • £2,880,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 February 2026

Date assessment summaries were sent to tenderers

20 February 2026

Standstill period

  • End: 4 March 2026
  • 8 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2031
  • 5 years

Description of possible extension:

The Framework will be refreshed after 3 years for an additional 24 months

Main procurement category

Services

CPV classifications

  • 73000000 - Research and development services and related consultancy services
  • 79310000 - Market research services

Contract locations

  • UK - United Kingdom

Contract 3. Technical Expertise

Lots

Lot 3. Technical Expertise

Suppliers (7)

Contract value

  • £1,500,000 excluding VAT
  • £1,800,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 February 2026

Date assessment summaries were sent to tenderers

20 February 2026

Standstill period

  • End: 4 March 2026
  • 8 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2031
  • 5 years

Description of possible extension:

The Framework will be refreshed after the initial term for another 24 months

Main procurement category

Services

CPV classifications

  • 73000000 - Research and development services and related consultancy services
  • 79312000 - Market-testing services

Contract locations

  • UK - United Kingdom

Contract 4. Evidence Searching & Synthesis

Lots

Lot 4. Evidence Searching and Synthesis

Suppliers (7)

Contract value

  • £600,000 excluding VAT
  • £720,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 February 2026

Date assessment summaries were sent to tenderers

20 February 2026

Standstill period

  • End: 4 March 2026
  • 8 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2031
  • 5 years

Description of possible extension:

Framework will be refreshed after the initial term for another 24 months

Main procurement category

Services

CPV classifications

  • 73000000 - Research and development services and related consultancy services
  • 79300000 - Market and economic research; polling and statistics

Contract locations

  • UK - United Kingdom

Information about tenders

Lot 1. Scoping, Development and Review

  • 42 tenders received
  • 13 tenders assessed in the final stage:
    • 10 submitted by small and medium-sized enterprises (SME)
    • 3 submitted by voluntary, community and social enterprises (VCSE)
  • 8 suppliers awarded contracts
  • 5 suppliers unsuccessful (details included for contracts over £5 million)

Lot 2. Evaluation

  • 32 tenders received
  • 13 tenders assessed in the final stage:
    • 10 submitted by small and medium-sized enterprises (SME)
    • 3 submitted by voluntary, community and social enterprises (VCSE)
  • 8 suppliers awarded contracts
  • 5 suppliers unsuccessful (details included for contracts over £5 million)

Lot 3. Technical Expertise

  • 41 tenders received
  • 17 tenders assessed in the final stage:
    • 14 submitted by small and medium-sized enterprises (SME)
    • 3 submitted by voluntary, community and social enterprises (VCSE)
  • 7 suppliers awarded contracts
  • 10 suppliers unsuccessful (details included for contracts over £5 million)

Lot 4. Evidence Searching and Synthesis

  • 33 tenders received
  • 20 tenders assessed in the final stage:
    • 17 submitted by small and medium-sized enterprises (SME)
    • 3 submitted by voluntary, community and social enterprises (VCSE)
  • 7 suppliers awarded contracts
  • 13 suppliers unsuccessful (details included for contracts over £5 million)

Procedure

Procedure type

Open procedure


Suppliers

CAMBRIDGE CENTRE FOR EVIDENCE-BASED POLICING LTD

  • Companies House: 08660094
  • Public Procurement Organisation Number: PHNP-5894-NJJQ

Milton Hall, Ely Road

Cambridge

CB24 6WZ

United Kingdom

Region: UKH12 - Cambridgeshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Large Scale Evaluations

City St George's, University of London

  • Charity Commission (England and Wales): RC000121
  • UK Register of Learning Providers (UKPRN number): 10001478

City St George's, University of London, Northampton Square

London

EC1V 0HB

United Kingdom

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Evidence Searching & Synthesis

CORDIS BRIGHT LIMITED

  • Companies House: 03620136
  • Public Procurement Organisation Number: PMJY-8587-DJBD

Thomas Ford House, 23-24 Smithfield Street

London

EC1A 9LF

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

CREST ADVISORY (UK) LIMITED

  • Companies House: 08181317
  • Public Procurement Organisation Number: PYHX-9839-GYQG

2 Bath Place

London

EC2A 3DR

United Kingdom

Region: UKI41 - Hackney and Newham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

EAP RESEARCH CONSULTANCY LIMITED

  • Companies House: 14452551
  • Public Procurement Organisation Number: PVDH-6646-BYGX

Chaland Springfield Road

Stroud

GL5 1TP

United Kingdom

Region: UKK13 - Gloucestershire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Evidence Searching & Synthesis

ECORYS UK LIMITED

  • Companies House: 01650169
  • Public Procurement Organisation Number: PNBN-8861-YHXR

Albert House Quay Place

Birmingham

B1 2RA

United Kingdom

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

Contract 3. Technical Expertise

IPSOS (MARKET RESEARCH) LTD

  • Companies House: 00948470
  • Public Procurement Organisation Number: PCXT-5737-ZJLM

3 Thomas More Square

London

E1W 1YW

United Kingdom

Region: UKI42 - Tower Hamlets

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

ITAD LIMITED

  • Companies House: 01869600
  • Public Procurement Organisation Number: PNXY-8249-DBTL

1st Floor, International House

Brighton

BN1 3XE

United Kingdom

Region: UKJ21 - Brighton and Hove

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Technical Expertise

Contract 4. Evidence Searching & Synthesis

LONDON METROPOLITAN UNIVERSITY

  • Companies House: 00974438
  • Public Procurement Organisation Number: PWRV-6768-MQCM

London Metropolitan University

London

N7 8DB

United Kingdom

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

NATIONAL CENTRE FOR SOCIAL RESEARCH

  • Companies House: 04392418
  • Public Procurement Organisation Number: PYBW-6682-WWCV

35 Northampton Square

London

EC1V 0AX

United Kingdom

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

Contract 3. Technical Expertise

Contract 4. Evidence Searching & Synthesis

PRIVATE PUBLIC LTD

  • Companies House: 06405704
  • Public Procurement Organisation Number: PMQN-5193-QTBD

Unit 3 St Saviours Wharf

London

SE1 2BE

United Kingdom

Region: UKI44 - Lewisham and Southwark

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 3. Technical Expertise

Contract 4. Evidence Searching & Synthesis

THE UNIVERSITY OF BIRMINGHAM

  • Companies House: RC000645
  • Public Procurement Organisation Number: PHCQ-3464-LVTM

Edgbaston

Birmingham

B15 2TT

United Kingdom

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

Contract 3. Technical Expertise

The University of Hull

  • Charity Commission (England and Wales): RC000654
  • UK Register of Learning Providers (UKPRN number): UKPRN 10007149

Venn Building

Kingston-upon-Hull, Hull, UK

HU6 7RX

United Kingdom

Region: UKE11 - Kingston upon Hull, City of

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Small Evaluations

Contract 2. Large Scale Evaluations

Contract 3. Technical Expertise

UNIVERSITY OF SUFFOLK LTD

  • Companies House: 05078498
  • Public Procurement Organisation Number: PPMH-9739-GNRL

Waterfront Building

Ipswich

IP4 1QJ

United Kingdom

Region: UKH14 - Suffolk

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Evidence Searching & Synthesis

WAZOKU LIMITED

  • Companies House: 07540637
  • Public Procurement Organisation Number: PNPT-9539-NZYG

10 Lower Thames Street

London

EC3R 6AF

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Technical Expertise

Contract 4. Evidence Searching & Synthesis


Contracting authority

COLLEGE OF POLICING LIMITED

  • Companies House: 08235199
  • Public Procurement Organisation Number: PJNL-2763-PVHM

Rugby Building Leamington Road

Coventry

CV8 3EN

United Kingdom

Region: UKG13 - Warwickshire

Organisation type: Public authority - sub-central government