Buyer Name: COLLEGE OF POLICING LIMITED
Buyer Address: Rugby Building Leamington Road, Coventry, UKG13, CV8 3EN, United Kingdom
Contact Email: CPU.Mailbox@college.police.uk
Buyer Name: COLLEGE OF POLICING LIMITED
Buyer Address: Rugby Building Leamington Road, Coventry, UKG13, CV8 3EN, United Kingdom
Contact Email: CPU.Mailbox@college.police.uk
The College of Policing Ltd (the Authority) aims to establish a comprehensive Research and Evaluation Framework Contract, encompassing the following key components: • Scoping, development and review • Evaluation • Technical Expertise • Evidence searching and synthesis
No linked documents found for this notice.
External Link: https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75
Link Description: The Bid Pack is published via the Home Office JAGGAER eSourcing Portal - a link to the Bid Pack can be found here https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75
External Link: https://www.find-tender.service.gov.uk/Notice/034696-2025
Link Description: Tender notice on Find a Tender
Lot Title: Scoping, Development and Review
Lot Description: In this lot, we are looking for suppliers who can provide scoping and development capability that would include activities such as: feasibility testing, advice, preparatory or development work for evaluations, development of new and review of existing products, innovation generation and co-design of interventions and pilot evaluations. Suppliers are expected to demonstrate experience in delivering scoping and development work in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. This lot entails the provision of smaller scale scoping work including: • Review and development work, co-design and innovation generation - working with policing and criminal justice stakeholders to review/improve existing products, design or develop new products and innovative interventions and evaluations. • Initial research design and feasibility studies - exploring a theoretical approach to an intervention or its evaluation using the development of logic models and theories of change. Providing power calculations and developing plans for analysis in readiness for full scale evaluation. • Pilot evaluations or other small-scale, preliminary studies conducted to evaluate the feasibility of an intervention or its evaluation. The purpose being to improve upon the study design prior to the conducting of a full-scale evaluation. • Small Evaluations such as process tracing and contribution analysis to enable making causal statements about potential intervention impacts where there are a small number of heterogenous cases, or a counterfactual cannot be established.
Lot 1 Status: active
Lot 1 Value: GBP 2,500,000
Lot 1 Value (Gross): GBP 3,000,000
Lot 1 Contract Start: 2025-09-01T00:00:00+01:00
Lot 1 Contract End: 2028-08-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Quality (100%)
Lot Title: Evaluation
Lot Description: In this lot, we are looking for suppliers who can provide an evaluation of the effectiveness of an intervention (impact evaluation) or an understanding of how an intervention was implemented (process evaluation), or a combination of the two approaches. Suppliers are expected to be able to demonstrate experience in delivering large scale evaluations in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. This lot entails the provision of evaluations such as: • Quasi-experiments to empirically evaluate the causal impact of an intervention on a target population where random assignment of cases to treatment and control groups is not possible. • Randomised controlled trial (RCTs) for empirical evaluation of the causal impact of an intervention on a target population, which uses random assignment of participants (to treatment and control groups) to control for factors outside of the intervention's conditions. • Stepped-wedge designs, either as part of a quasi-experiment or RCT, for when an intervention is to be implemented universally but can only be delivered to groups of eligible recipients incrementally over time, meaning control conditions cannot be maintained for the duration of the experiment. • Systems-wide evaluations that explore the systems that contribute to a problem or issue. The evaluations review the associated data and evidence, from both practice and research, to find a way for that system to work better to eradicate that problem or issue. The evaluations may include including system mapping, explorations of system dynamics, discrete event simulation modelling and other techniques. • Other evaluations - such as natural experiments and implementation studies.
Lot 2 Status: active
Lot 2 Value: GBP 4,000,000
Lot 2 Value (Gross): GBP 4,800,000
Lot 2 Contract Start: 2025-09-01T00:00:00+01:00
Lot 2 Contract End: 2028-08-31T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Quality (100%)
Lot Title: Technical Expertise
Lot Description: In this lot, we are looking for suppliers who can provide technical expertise in the field listed below. Suppliers are expected to be able to demonstrate an understanding of policing and experience in applying these skills in a policing, criminal justice and public protection environment, specifically those subjects related to the key Government mission on Safer Streets. • Qualitative and quantitative data collection - such as the design and use of surveys, developing sampling frameworks, conducting interviews, focus groups, workshops and observations. Fieldwork to support evaluations with data collection requirements. • Qualitative data analysis skills- such as for example: content analysis, discourse analysis, grounded theory and interpretive phenomenological analysis. • Quantitative data analysis skills - skills such as use of and validation AI or predictive algorithms to analyse big data, advanced statistical methods such as non-parametric tests and Bayesian approaches and complex data visualisation. • Behavioural science expertise for applied settings that can help develop interventions to promote behaviour change among practitioners. • Economic appraisal approaches including cost-benefit and cost-consequence analysis, cost estimation, productivity assessments and value for money assessments. • Implementation science methods and strategies that facilitate the uptake of evidence - -based practice and research into regular use by practitioners.
Lot 3 Status: active
Lot 3 Value: GBP 2,500,000
Lot 3 Value (Gross): GBP 3,000,000
Lot 3 Contract Start: 2025-09-01T00:00:00+01:00
Lot 3 Contract End: 2028-08-31T23:59:59+01:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Quality (100%)
Lot Title: Evidence Searching and Synthesis
Lot Description: In this lot, we are looking for suppliers who can provide a range of literature review and synthesis methodologies as outlined below. Suppliers are expected to be able to demonstrate experience in delivering literature synthesis in relation to policing or criminal justice subjects and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets. • Rapid evidence assessments (REAs) that provide more structured and rigorous literature searches and quality assessments of the evidence than traditional literature reviews but are not as exhaustive as systematic reviews. • Systematic reviews that require equivalent standards of rigour to primary research, using explicit and transparent methods to ensure the review is accountable, replicable and updateable. • Meta-analyses using statistical techniques for combining results from different studies to obtain a quantitative estimate of the overall effect of a particular intervention or variable on a defined outcome. • Systematic searching - developing search strings for use with academic databases, grey literature and other relevant searches, developing and applying screening criteria, audit trails for searches and screening, and enabling replicability for future scrutiny or updates to reviews • Evidence gap maps- coding the results of searches into interactive visual presentations of evidence gaps
Lot 4 Status: active
Lot 4 Value: GBP 1,000,000
Lot 4 Value (Gross): GBP 1,200,000
Lot 4 Contract Start: 2025-09-01T00:00:00+01:00
Lot 4 Contract End: 2028-08-31T23:59:59+01:00
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (quality): Quality (100%)
Document Description: Not published
Document Description: The Bid Pack is published via the Home Office JAGGAER eSourcing Portal - a link to the Bid Pack can be found here https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-08235199",
"name": "COLLEGE OF POLICING LIMITED"
},
"date": "2025-06-24T12:21:58+01:00",
"id": "034696-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-052646",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PJNL-2763-PVHM",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Coventry",
"postalCode": "CV8 3EN",
"region": "UKG13",
"streetAddress": "Rugby Building Leamington Road"
},
"contactPoint": {
"email": "CPU.Mailbox@college.police.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.college.police.uk/"
},
"id": "GB-COH-08235199",
"identifier": {
"id": "08235199",
"scheme": "GB-COH"
},
"name": "COLLEGE OF POLICING LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "The Tendering Authority has made changes to some documents in the Bid Pack. The new Documents are:\nITT Attachment 1 - SOR Final Vers 1.0\nITT Part 1 - Instruction to Bidders\nThe updated Bid Pack can be found on the Home Office JAGGAER e-sourcing Portal - Reference Itt_1441 - COP29-2024 FRAMEWORK FOR RESEARCH AND EVALUATION PARTNERS",
"id": "034696-2025"
}
],
"awardPeriod": {
"endDate": "2025-07-28T23:59:59+01:00"
},
"description": "The College of Policing Ltd (the Authority) aims to establish a comprehensive Research and Evaluation Framework Contract, encompassing the following key components:\n\u2022 Scoping, development and review\n\u2022 Evaluation\n\u2022 Technical Expertise\n\u2022 Evidence searching and synthesis",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "The Bid Pack is published via the Home Office JAGGAER eSourcing Portal - a link to the Bid Pack can be found here\nhttps://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75"
},
{
"documentType": "technicalSpecifications",
"id": "L-2",
"url": "https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75"
},
{
"datePublished": "2025-06-24T12:21:58+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "034696-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/034696-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-06-25T16:00:00+01:00"
},
"id": "COP29-2024",
"items": [
{
"additionalClassifications": [
{
"description": "Research and development services and related consultancy services",
"id": "73000000",
"scheme": "CPV"
},
{
"description": "Market and economic research; polling and statistics",
"id": "79300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Research and development services and related consultancy services",
"id": "73000000",
"scheme": "CPV"
},
{
"description": "Market and economic research; polling and statistics",
"id": "79300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Research and development services and related consultancy services",
"id": "73000000",
"scheme": "CPV"
},
{
"description": "Market and economic research; polling and statistics",
"id": "79300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Research and development services and related consultancy services",
"id": "73000000",
"scheme": "CPV"
},
{
"description": "Market and economic research; polling and statistics",
"id": "79300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "4",
"relatedLot": "4"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
"name": "Quality",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-08-31T23:59:59+01:00",
"maxExtentDate": "2030-08-31T23:59:59+01:00",
"startDate": "2025-09-01T00:00:00+01:00"
},
"description": "In this lot, we are looking for suppliers who can provide scoping and development capability that would include activities such as: feasibility testing, advice, preparatory or development work for evaluations, development of new and review of existing products, innovation generation and co-design of interventions and pilot evaluations.\nSuppliers are expected to demonstrate experience in delivering scoping and development work in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets.\nThis lot entails the provision of smaller scale scoping work including:\n\u2022 Review and development work, co-design and innovation generation - working with policing and criminal justice stakeholders to review/improve existing products, design or develop new products and innovative interventions and evaluations.\n\u2022 Initial research design and feasibility studies - exploring a theoretical approach to an intervention or its evaluation using the development of logic models and theories of change. Providing power calculations and developing plans for analysis in readiness for full scale evaluation.\n\u2022 Pilot evaluations or other small-scale, preliminary studies conducted to evaluate the feasibility of an intervention or its evaluation. The purpose being to improve upon the study design prior to the conducting of a full-scale evaluation.\n\u2022 Small Evaluations such as process tracing and contribution analysis to enable making causal statements about potential intervention impacts where there are a small number of heterogenous cases, or a counterfactual cannot be established.",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The Framework Contract can be extended for a further 24 months"
},
"selectionCriteria": {
"criteria": [
{
"description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas.\nImportant Note on Award Decisions and Market Engagement:\nShould the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to:\na. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range.\nb. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs.\nc. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Scoping, Development and Review",
"value": {
"amount": 2500000,
"amountGross": 3000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
"name": "Quality",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-08-31T23:59:59+01:00",
"maxExtentDate": "2030-08-31T23:59:59+01:00",
"startDate": "2025-09-01T00:00:00+01:00"
},
"description": "In this lot, we are looking for suppliers who can provide an evaluation of the effectiveness of an intervention (impact evaluation) or an understanding of how an intervention was implemented (process evaluation), or a combination of the two approaches.\nSuppliers are expected to be able to demonstrate experience in delivering large scale evaluations in a policing or criminal justice environment and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets.\nThis lot entails the provision of evaluations such as:\n\u2022 Quasi-experiments to empirically evaluate the causal impact of an intervention on a target population where random assignment of cases to treatment and control groups is not possible.\n\u2022 Randomised controlled trial (RCTs) for empirical evaluation of the causal impact of an intervention on a target population, which uses random assignment of participants (to treatment and control groups) to control for factors outside of the intervention\u0027s conditions.\n\u2022 Stepped-wedge designs, either as part of a quasi-experiment or RCT, for when an intervention is to be implemented universally but can only be delivered to groups of eligible recipients incrementally over time, meaning control conditions cannot be maintained for the duration of the experiment.\n\u2022 Systems-wide evaluations that explore the systems that contribute to a problem or issue. The evaluations review the associated data and evidence, from both practice and research, to find a way for that system to work better to eradicate that problem or issue. The evaluations may include including system mapping, explorations of system dynamics, discrete event simulation modelling and other techniques.\n\u2022 Other evaluations - such as natural experiments and implementation studies.",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "The Framework Contract can be extended for a further 24 months"
},
"selectionCriteria": {
"criteria": [
{
"description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas.\nImportant Note on Award Decisions and Market Engagement:\nShould the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to:\na. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range.\nb. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs.\nc. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Evaluation",
"value": {
"amount": 4000000,
"amountGross": 4800000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
"name": "Quality",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-08-31T23:59:59+01:00",
"maxExtentDate": "2030-08-31T23:59:59+01:00",
"startDate": "2025-09-01T00:00:00+01:00"
},
"description": "In this lot, we are looking for suppliers who can provide technical expertise in the field listed below.\nSuppliers are expected to be able to demonstrate an understanding of policing and experience in applying these skills in a policing, criminal justice and public protection environment, specifically those subjects related to the key Government mission on Safer Streets.\n\u2022 Qualitative and quantitative data collection - such as the design and use of surveys, developing sampling frameworks, conducting interviews, focus groups, workshops and observations. Fieldwork to support evaluations with data collection requirements.\n\u2022 Qualitative data analysis skills- such as for example: content analysis, discourse analysis, grounded theory and interpretive phenomenological analysis.\n\u2022 Quantitative data analysis skills - skills such as use of and validation AI or predictive algorithms to analyse big data, advanced statistical methods such as non-parametric tests and Bayesian approaches and complex data visualisation.\n\u2022 Behavioural science expertise for applied settings that can help develop interventions to promote behaviour change among practitioners.\n\u2022 Economic appraisal approaches including cost-benefit and cost-consequence analysis, cost estimation, productivity assessments and value for money assessments.\n\u2022 Implementation science methods and strategies that facilitate the uptake of evidence - -based practice and research into regular use by practitioners.",
"hasRenewal": true,
"id": "3",
"renewal": {
"description": "The Framework Contract can be extended for a further 24 months"
},
"selectionCriteria": {
"criteria": [
{
"description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas.\nImportant Note on Award Decisions and Market Engagement:\nShould the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to:\na. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range.\nb. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs.\nc. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Technical Expertise",
"value": {
"amount": 2500000,
"amountGross": 3000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Bidders should make themselves familiar with the Document: COP29-2024 ITT Part 1 - Instruction to Bidders Final Vers 1.0, which can be found in the Tender Pack on the Home Office Jaggaer e-Sourcing Portal.",
"name": "Quality",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-08-31T23:59:59+01:00",
"maxExtentDate": "2030-08-31T23:59:59+01:00",
"startDate": "2025-09-01T00:00:00+01:00"
},
"description": "In this lot, we are looking for suppliers who can provide a range of literature review and synthesis methodologies as outlined below.\nSuppliers are expected to be able to demonstrate experience in delivering literature synthesis in relation to policing or criminal justice subjects and offer subject matter expertise in policing, crime reduction and public protection, specifically those subjects related to the key Government mission on Safer Streets.\n\u2022 Rapid evidence assessments (REAs) that provide more structured and rigorous literature searches and quality assessments of the evidence than traditional literature reviews but are not as exhaustive as systematic reviews.\n\u2022 Systematic reviews that require equivalent standards of rigour to primary research, using explicit and transparent methods to ensure the review is accountable, replicable and updateable.\n\u2022 Meta-analyses using statistical techniques for combining results from different studies to obtain a quantitative estimate of the overall effect of a particular intervention or variable on a defined outcome.\n\u2022 Systematic searching - developing search strings for use with academic databases, grey literature and other relevant searches, developing and applying screening criteria, audit trails for searches and screening, and enabling replicability for future scrutiny or updates to reviews\n\u2022 Evidence gap maps- coding the results of searches into interactive visual presentations of evidence gaps",
"hasRenewal": true,
"id": "4",
"renewal": {
"description": "The Framework Contract can be extended for a further 24 months"
},
"selectionCriteria": {
"criteria": [
{
"description": "Bidders must achieve a mandatory minimum threshold score of 65% (sixty-five percent) in the Technical Evaluation section of their tender submission. This score reflects the minimum standard of technical quality required to provide services under this Framework. Tenders failing to meet this mandatory technical threshold will be excluded from further consideration for award under any Lot of this Framework Agreement, irrespective of their scores in other evaluation areas.\nImportant Note on Award Decisions and Market Engagement:\nShould the evaluation process for a particular Lot result in fewer than five (5) suppliers meeting the stated mandatory technical threshold of 65%, the Authority reserves the right to:\na. Award the Framework to the eligible suppliers (those scoring 65% or above), even if fewer than our intended range.\nb. Cancel the Lot and consider re-procuring the requirements, potentially with revised specifications or an altered approach, to ensure sufficient market coverage and competition for future call-offs.\nc. Engage in further preliminary market engagement (in accordance with Section 16 of the Procurement Act 2023) to understand market capacity and inform a revised procurement strategy for that Lot.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Evidence Searching and Synthesis",
"value": {
"amount": 1000000,
"amountGross": 1200000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://homeoffice.app.jaggaer.com/go/0665262501970CE4BD75",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "Suppliers must complete the Framework Pricing Schedule - which provides maximum ceiling rates not to be exceeded.\nSupplier Responses will be evaluated via a Price per Quality Point Methodology",
"isOpenFrameworkScheme": true,
"maximumParticipants": 30,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2030-08-31T23:59:59+01:00",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-07-04T16:00:00+01:00"
},
"title": "Framework for Research and Evaluation Partners",
"value": {
"amount": 10000000,
"amountGross": 12000000,
"currency": "GBP"
}
}
}