Contract

Provision of Covid-19 Business Support Meta-Evaluation

  • HM Treasury

F03: Contract award notice

Notice identifier: 2024/S 000-040794

Procurement identifier (OCID): ocds-h6vhtk-029a8d

Published 18 December 2024, 2:29pm



Section one: Contracting authority

one.1) Name and addresses

HM Treasury

1 Horse Guards Rd

London

EC3R 8AD

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/hm-treasury

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Central Government


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Covid-19 Business Support Meta-Evaluation

Reference number

CCZZ24A13

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

Call-off procurement from RM6126 Framework Research and Insights for the Provision of Covid-19 Business Support Meta-Evaluation for HM Treasury.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £73,443.75

two.2) Description

two.2.2) Additional CPV code(s)

  • 73300000 - Design and execution of research and development
  • 79311400 - Economic research services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

HMT is seeking insights on a number of questions about the impact and effectiveness of HMT’s Covid business support during the peak period for the UK Government’s response to the Covid-19 pandemic (March 2020 to March 2022). This period coincides with when widespread non-pharmaceutical interventions (NPIs), e.g., social distancing and self-isolation policies, were in place. This will form part of HMT’s work to capture and distil lessons from the experience of supporting businesses through the pandemic.

This will require specialist research that covers the full range of business support schemes initiated by HMT and other government departments during that period. The Supplier will be able to draw upon evaluations (published or due to be published) on individual schemes or groups of schemes (for instance, local authority grants; business loan schemes) published by other departments and organisations such as Ipsos to provide a meta-evaluation answering the question “What lessons can we learn from supporting business in a crisis?”

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

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

Restricted procedure

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 000-027493


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 November 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ecorys UK Limited

Queen Elizabeth House, 4 St Dunstan's Hill

London

EC3R 8AD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £73,443.75


Section six. Complementary information

six.3) Additional information

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/209a63b8-3289-4112-b236-c6ba53d19a48

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to make

themselves aware of the changes as it may impact this requirement. This

link 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 were required to demonstrate they comply with the

technical requirements prescribed by Cyber Essentials, for services under

and in connection with this procurement.

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom