Section one: Contracting authority
one.1) Name and addresses
Department for Transport
SW1P4DR
London
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