Opportunity

Research & Insights DPS

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2021/S 000-027493

Published 2 November 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9P

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://supplierregistration.cabinetoffice.gov.uk/dps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Research & Insights DPS

Reference number

RM6126

two.1.2) Main CPV code

  • 79300000 - Market and economic research; polling and statistics

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) as the authority intends to put in place a DPS Agreement for the provision of Research and Insights services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including local authorities, health, police, fire and rescue, education and devolved administrations and charities. It is intended that this DPS agreement will be the recommended vehicle for all research and behavioural insights services required by UK Central Government Departments.

two.1.5) Estimated total value

Value excluding VAT: £350,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 73100000 - Research and experimental development services
  • 73110000 - Research services
  • 73111000 - Research laboratory services
  • 73112000 - Marine research services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 73300000 - Design and execution of research and development
  • 73400000 - Research and Development services on security and defence materials
  • 73430000 - Test and evaluation
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79310000 - Market research services
  • 79311000 - Survey services
  • 79311100 - Survey design services
  • 79311200 - Survey conduction services
  • 79311210 - Telephone survey services
  • 79311300 - Survey analysis services
  • 79311400 - Economic research services
  • 79311410 - Economic impact assessment
  • 79312000 - Market-testing services
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79320000 - Public-opinion polling services
  • 79330000 - Statistical services
  • 79340000 - Advertising and marketing services
  • 79342310 - Customer survey services
  • 79342311 - Customer satisfaction survey
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The RM6126 Research & Insights agreement will be organised into distinct categories so:

● bidders can indicate all elements relevant to their service offering

● customers can filter the elements to produce a shortlist of appointed suppliers to invite to a competition

Crown Commercial Services (CCS) key priorities are to support visibility and control of research services whole life costs and to influence efficiencies through:

● offering valued research solutions to meet customers individual requirements

● build and increase capacity of high quality research and insights services outputs

● develop a dynamic commercial model for access to research and insights services

The four (4) distinct categories comprise of:

● Subject area

● Research methods

● Target participants

● Research location

Full details of the four (4) distinct categories and the sub-categories can be found at Annex A of the Buyer Needs document, and at DPS Schedule 1 (Specification) of the RM6126 Research & Insights DPS agreement terms and conditions, and also as Attachment 2 (Service Filter Matrix) in the bid pack.

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

72

This contract is subject to renewal

Yes

Description of renewals

CCS may extend the period of validity of the DPS for further two yearly periods at the end of the initial four year period and then at the end of each period of validity, as previously extended.

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.2.14) Additional information

Initial term of 48 months (4 years) CCS may extend the period of validity of the DPS for further two yearly periods at the end of the initial four year period and then at the end of each period of validity, as previously extended.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6126 – Research & Insights DPS agreement. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

and clicking on Research & Insights

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6126 – Research & Insights DPS agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

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. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract notice authorised customer list;

2) Rights reserved for CCS DPS agreement.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/Start/76c6a1ab-5fd1-4dff-bbb7-1214f2752a32

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-004892

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

Date

1 November 2027

Local time

12:00am

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.

It is the supplier’s responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications.

Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6126 Research & Insights DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/