Tender

Framework for Research and Evaluation Partners

  • COLLEGE OF POLICING LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-029963

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

Published 4 June 2025, 3:26pm



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

Total value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 31 August 2028
  • Possible extension to 31 August 2030
  • 5 years

Description of possible extension:

The Framework Contract can be extended for a further 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

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 value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


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 value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


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 value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


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

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,200,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

31 August 2030

Maximum number of suppliers

30

Maximum percentage fee charged to suppliers

0%

Framework operation description

Suppliers must complete the Framework Pricing Schedule - which provides maximum ceiling rates not to be exceeded.

Supplier Responses will be evaluated via a Price per Quality Point Methodology

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Scoping, Development and Review

Lot 2. Evaluation

Lot 3. Technical Expertise

Lot 4. Evidence Searching and Synthesis

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

25 June 2025, 4:00pm

Tender submission deadline

4 July 2025, 4:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

28 July 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 100%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75

The Bid Pack is published via the Home Office JAGGAER eSourcing Portal - a link to the Bid Pack can be found here

https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75

Technical specifications to be met

https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75


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 - central government