Tender

Framework Agreement: Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME)

  • Department for Transport

F02: Contract notice

Notice identifier: 2022/S 000-034834

Procurement identifier (OCID): ocds-h6vhtk-038629

Published 8 December 2022, 3:46pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

SW1P4DR

London

Email

Andrew.Minshall@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

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

https://dft.app.jaggaer.com/go/350112500184F268F94E

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dft.app.jaggaer.com/go/350112500184F268F94E

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

Framework Agreement: Local and Regional Transport Analysis (LRTA) and Roads Economics, Modelling and Evaluation (REME)

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, analysis for Impact Assessments 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.1.6) 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.

Publish date of ITT: 8th December 2022, with a closing date of 25th January 2023.

A supplier event via Microsoft Teams was held Tuesday 6th December 2022, 12:00 – 12:30hrs, sharing details on the above requirement and to gauge the level of interest in the market. A recording will be shared via our e-tendering portal

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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: 2022/S 000-032657

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

Date

25 January 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 January 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Dept for Transport

London

Country

United Kingdom