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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Originally published as:
Date
1 November 2027
Local time
12:00am
Changed to:
Date
2 December 2027
Local time
11:59pm
See the change notice.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom