Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Research & Insights DPS

  • First published: 03 November 2021
  • Last modified: 03 November 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
03 November 2021
Deadline date:
01 November 2027
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The RM6126 Research & Insights agreement will be organised into distinct categories so:

● bidders can indicate all elements relevant to their service offering

● customers can filter the elements to produce a shortlist of appointed suppliers to invite to a competition

Crown Commercial Services (CCS) key priorities are to support visibility and control of research services whole life costs and to influence efficiencies through:

● offering valued research solutions to meet customers individual requirements

● build and increase capacity of high quality research and insights services outputs

● develop a dynamic commercial model for access to research and insights services

The four (4) distinct categories comprise of:

● Subject area

● Research methods

● Target participants

● Research location

Full details of the four (4) distinct categories and the sub-categories can be found at Annex A of the Buyer Needs document, and at DPS Schedule 1 (Specification) of the RM6126 Research & Insights DPS agreement terms and conditions, and also as Attachment 2 (Service Filter Matrix) in the bid pack.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9P

UK

Telephone: +44 3150103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://supplierregistration.cabinetoffice.gov.uk/dps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierregistration.cabinetoffice.gov.uk/dps


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Research & Insights DPS

Reference number: RM6126

II.1.2) Main CPV code

79300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the authority intends to put in place a DPS Agreement for the provision of Research and Insights services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including local authorities, health, police, fire and rescue, education and devolved administrations and charities. It is intended that this DPS agreement will be the recommended vehicle for all research and behavioural insights services required by UK Central Government Departments.

II.1.5) Estimated total value

Value excluding VAT: 350 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

73000000

73100000

73110000

73111000

73112000

73200000

73210000

73300000

73400000

73430000

79000000

79310000

79311000

79311100

79311200

79311210

79311300

79311400

79311410

79312000

79313000

79314000

79315000

79320000

79330000

79340000

79342310

79342311

79400000

79410000

79411000

79411100

90711400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The RM6126 Research & Insights agreement will be organised into distinct categories so:

● bidders can indicate all elements relevant to their service offering

● customers can filter the elements to produce a shortlist of appointed suppliers to invite to a competition

Crown Commercial Services (CCS) key priorities are to support visibility and control of research services whole life costs and to influence efficiencies through:

● offering valued research solutions to meet customers individual requirements

● build and increase capacity of high quality research and insights services outputs

● develop a dynamic commercial model for access to research and insights services

The four (4) distinct categories comprise of:

● Subject area

● Research methods

● Target participants

● Research location

Full details of the four (4) distinct categories and the sub-categories can be found at Annex A of the Buyer Needs document, and at DPS Schedule 1 (Specification) of the RM6126 Research & Insights DPS agreement terms and conditions, and also as Attachment 2 (Service Filter Matrix) in the bid pack.

II.2.5) Award criteria

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

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

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

CCS may extend the period of validity of the DPS for further two yearly periods at the end of the initial four year period and then at the end of each period of validity, as previously extended.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Initial term of 48 months (4 years) CCS may extend the period of validity of the DPS for further two yearly periods at the end of the initial four year period and then at the end of each period of validity, as previously extended.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6126 – Research & Insights DPS agreement. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

and clicking on Research & Insights

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6126 – Research & Insights DPS agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract notice authorised customer list;

2) Rights reserved for CCS DPS agreement.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/Start/76c6a1ab-5fd1-4dff-bbb7-1214f2752a32

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-004892

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

Date: 01/11/2027

Local time: 00:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.

It is the supplier’s responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2.4.2014 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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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 must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6126 Research & Insights DPS, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

VI.4) Procedures for review

VI.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

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

02/11/2021

Coding

Commodity categories

ID Title Parent category
79340000 Advertising and marketing services Market and economic research; polling and statistics
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79342311 Customer satisfaction survey Marketing services
79342310 Customer survey services Marketing services
73300000 Design and execution of research and development Research and development services and related consultancy services
79311410 Economic impact assessment Survey services
79311400 Economic research services Survey services
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
79314000 Feasibility study Market research services
79411000 General management consultancy services Business and management consultancy services
73112000 Marine research services Research services
79300000 Market and economic research; polling and statistics Business services: law, marketing, consulting, recruitment, printing and security
79310000 Market research services Market and economic research; polling and statistics
79312000 Market-testing services Market research services
79313000 Performance review services Market research services
79320000 Public-opinion polling services Market and economic research; polling and statistics
73200000 Research and development consultancy services Research and development services and related consultancy services
73000000 Research and development services and related consultancy services Research and Development
73400000 Research and Development services on security and defence materials Defence and security
73100000 Research and experimental development services Research and development services and related consultancy services
73210000 Research consultancy services Research and development consultancy services
73111000 Research laboratory services Research services
73110000 Research services Research and experimental development services
79315000 Social research services Market research services
79330000 Statistical services Market and economic research; polling and statistics
79311300 Survey analysis services Survey services
79311200 Survey conduction services Survey services
79311100 Survey design services Survey services
79311000 Survey services Market research services
79311210 Telephone survey services Survey services
73430000 Test and evaluation Research and Development services on security and defence materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.