Section one: Contracting authority
one.1) Name and addresses
HM Treasury
1 Horse Guards Rd
London
EC3R 8AD
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom