Planning

Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) Call-off Contract

  • Department for Transport

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-032649

Procurement identifier (OCID): ocds-h6vhtk-038621

Published 17 November 2022, 2:25pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

Great Minster House, 33 Horseferry Road, London, SW1P 4DR

Westminister

SW1P 4DR

Email

local.evaluation@dft.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) Call-off Contract

Reference number

TLOT0037

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

The Department for Transport (the Authority) is looking for suppliers to deliver timely social research, monitoring, evaluation, and economic analysis on behalf of the Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME) divisions.

The contract will be structured as a Framework agreement, once the Framework is in place individual commissions will be allocated to Suppliers as and when required. Up to three Suppliers will be appointed as part of this Framework Agreement.

Suppliers will need to have technical expertise in a range of analytical methods including but not limited to primary qualitative and quantitative research, secondary data analysis, evidence reviews, process, impact and value for money evaluation, and economic analysis – such as economic literature reviews, cost-benefit analysis and modelling. They will also need to have or be able to access subject matter expertise on transport-related matters throughout the lifetime of the contract (e.g., through sub-contracting arrangements).

Outputs from this Framework and subsequent call-offs will be used to inform policy and operational decisions and to build the evidence base on a range of transport policy areas supported by the two divisions.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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
  • 73110000 - Research services
  • 73430000 - Test and evaluation
  • 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
  • 79313000 - Performance review services
  • 79314000 - Feasibility study
  • 79315000 - Social research services
  • 79320000 - Public-opinion polling services
  • 79330000 - Statistical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The overall aim of the contract is to deliver timely social research, monitoring, evaluation, and economic analysis to support the Authority’s LRTA and REME divisions.

To provide sufficient capacity and resilience to meet LRTA and REME’s analytical needs. The Authority intends to appoint up to three suppliers to deliver this contract. We are looking to develop strong, partnership working with our suppliers that will enable us to quickly scope and commission high quality, fit-for-purpose research and analysis.

Successful suppliers shall be skilled in a range of analytical methods and experienced in delivering this in a government or policy making context. This includes design and delivery of:

Rapid evidence reviews / literature reviews / evidence synthesis including of economics literature/reports

Qualitative, quantitative, and mixed methods primary research projects

Secondary analysis of existing datasets, including cleaning, use of appropriate/statistical techniques, and quality assurance.

Advanced quantitative data analysis projects

Monitoring & evaluation studies

Meta-analysis and meta-evaluation

Economic modelling and forecasting

Cost benefit analysis to support business cases, Impact Assessments and De-Minimis Assessments

Economic evaluation to support future funding requests, to provide lessons learnt on appraisal work and to form evidence as part of the Post Implementation Review (PIR)

Peer review and quality assurance of analytical plans and outputs

It is likely that multiple projects will be delivered through the contract at one time. This means suppliers will need to have the capacity to deliver more than one project at a time, including more resource intensive primary research projects.

The maximum budget for the contract is for approximately £1,250,000 p/a excluding VAT, with a lifetime value of up to £5,000,000. Bids are welcome from individual suppliers (including any key Sub-Contractors that will support you in the delivery of the framework) and consortia who can demonstrate that they are able to meet the full set of requirements. Suppliers must also be willing and able to bring in new partners on board during the lifetime of the contract should additional capacity, skills or expertise be required to be able to meet project-specific requirements.

Indicative dates:

Service to go live: February 2023 onwards.

Estimated contract duration: 4 years.

Estimated publish date of ITT: Early December 2022, with a likely closing date of mid January 2022.

We intend to hold a recorded supplier event via Microsoft Teams on Tuesday 6th December 2022, 12:00 – 12:30hrs. The aim is to share more detail on the above requirement and gauge the level of interest in the market. A recording can be shared with interested parties post-event.

Depending on demand, we may offer brief 1-2-1 call with suppliers who are considering a bid. Questions submitted to us either in writing or during calls will be written up, along with the answers, and circulated to all suppliers who express an interest in bidding (and made available to all bidders once the ITT is issued).

To register your interest in attending the supplier event and/or a brief 1-2-1 call, please email local.evaluation@dft.gov.uk by Friday 2nd December (specifying your interest in attending the supplier event, a 1-2-1, or both).

The competition will be run via the DfT e-portal system, Jaggaer, and interested parties will need to register for this service at https://dft.app.jaggaer.com/web/login.html

This Prior Information Notice does not imply any commitment and is not a call for competition. We are assessing the market interest in providing the services required. Without sufficient interest the tendering exercise may be aborted. Should we proceed, the invitation to tender will be the subject to a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

two.3) Estimated date of publication of contract notice

5 December 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes