Research specification for research on ‘Company Income Distribution’ project DWP/HMRC Social and Economic Research Services – Procurement Framework June 2014 SPECIFICATION OF REQUIREMENTS 1. Introduction 1.1. HM Revenue and Customs (HMRC) wishes to commission a supplier from the DWP/HMRC social and economic research framework to undertake a study to better understand how unlisted companies distribute or reinvest income growth. 1.2. HMRC intends for this contract to be in place by the end of June 2014 with key outputs delivered by February 2015. 1.3. HMRC will maintain the overall management of the project. 1.4. The contract will awarded to the organisation deemed to best meet HMRC’s requirements and provide best value for money. Assessment will be based on the factors included in section 11. 2. Context 2.1. There are many factors individuals will take into account when deciding how to distribute profit from their company and it is important for HMRC to have a greater understanding of these, whether they be related to growth, reinvestment or tax. This research will provide evidence of what factors customers take into account when deciding how to distribute profits, and to what extent tax plays a role. 2.2. HMRC have a good understanding of PLCs but it is more difficult to support small companies in the tax system because their accounts have less public information. 3. Resarch Aims & Objectives Aim 3.1 The primary aim of the project is to better understand the reasons why small companies distribute their profit in a particular way. Objectives 3.1. The detail of the questions below may be revised and further topic areas will be covered and will be discussed at the research set-up meeting. The following research questions are likely to be covered in the research: How do unlisted companies distribute or retain income, for example through dividend disbursement strategies, money-boxing or director loan arrangements; How do ratios between share capital; dividends; retained earnings; and assets vary across unlisted companies’ balance sheets? What is the relationship between unlisted companies incomeretaining/distribution strategies, and the ratios of interest on their balance sheets? What is the relationship between unlisted companies incomeretaining/distribution strategies and their growth plans? What are the reasons, including tax-planning and growth plans, that companies exhibit the particular income-distribution and income-retention behaviours explored in the quantitative stage? 4. Methodology & Scope 4.1. HMRC anticipate that the project aims and objectives will be best met with a twostage approach: a quantitative survey followed up with some qualitative interviews. 4.2. We are open to alternative suggestions but organisations proposing an alternative methodology should provide costings on the basis of the methodology proposed below in addition to costings for their preferred methodology. HMRC will work closely with contractors on questionnaire and topic guide design. a. a quantitative stage consisting of approximately 1,500 x 20 min telephone interviews with relatively new unlisted companies. (Please also provide costs for 1000 achieved interviews). The sample would be provided by HMRC and will contain contact details where available. b. a qualitative stage consisting of approximately 30-40 face to face or telephone interviews lasting around 45 minutes(please provide costs for both) with respondents from the quantitative telephone survey who had agreed to be contacted for further research. 4.3. The sample will be drawn from Companies House data and from Corporation Tax returns. The data is based on companies that submitted their return in 201112. The sample should contain: a. CRN (Company Registration Number) b. Whether they have an Agent or Not c. Registered / Communication Addresses (and phone numbers / email addresses where available) d. TCN (Trade Classification Number) e. Date of Incorporation f. Registered Name g. No of Directors h. No of Employees if available i. SIC j. Solvency Status k. Date Trading Commenced l. If Liquidated m. If Ceased Trading n. Some additional financial data (in bins) 4.4. The registered names and addresses will be the latest information available to HMRC. 4.5. Although every effort will be made to provide accurate data, the contractor should expect to perform some data cleaning and, in cases where phone numbers are unavailable, some telephone data matching. 4.6. Fieldwork procedure – Tenderers should illustrate that they have the capacity to deliver the research in a timely way through computer-assisted interviewing techniques and that they have a fully trained field force able to conduct interviews with high profile customers on a technical issue. 4.7. Contractors should consider the use of some cognitive testing of questions to check that the right information is being gathered in the survey, as well as a small pilot. 4.8. As this survey will include requests for factual information contractors should consider if asking respondents to have information ready before the interview would be useful. 4.9. Response rate - It is important that a high response rate is achieved. Tenderers should also outline strategies for engaging business with the research, and consider whether an incentive is appropriate and include these in any cost estimates. Tenderers should outline how they will identify the most appropriate individual within the business. 4.10. Questionnaire design – HMRC has started consulting internal policy teams about the scope of the questionnaire and will brief the successful bidder on further details of the content of the questionnaire on award of contract. HMRC expects that the questionnaire issues and topics will be developed mainly by HMRC but contractors will be expected to contribute to drafting questions and set out the correct routing within the questionnaire. Bidders should outline how they would carry out those and other tasks which would be required to develop the questionnaire. 4.11. Tenderers should present their proposed approach for data capture, editing and processing as well as brief analysis plans for the quantitative and qualitative stage. 4.12. Over-sampling of some groups may be required and weighting of the sample may therefore be required. A basic non-response bias analysis and re-weighting to correct for this would also be expected. 5. Timetable 5.1. Suppliers must show that they have the capacity to complete the research on time, in line with the timetable outlined below: Activity Issue ITT Deadline for ITT Interviews (if needed) / Post-tender negotiations Contract awarded / Set-up meeting Quantitative Fieldwork Analysis / Initial headline quant findings Qualitative Fieldwork Presentation of quantitative and qualitative findings and provisions of SPSS dataset Draft report Final report Date Friday 13th June 2014 12pm Thursday 26th June 2014 w/c 30th June 2014 w/c 7th July 2014 October / November 2014 December 2014 January 2015 February 2015 February 2015 March 2015 5.2. Based on the above timetable, we expect suppliers to provide a realistic work programme that will enable them to deliver the research within the final deadline, the final report needing to be delivered to HMRC by the end of March. The work programme should include the highlighting of any potential pressure points, with details of how they will be managed. We expect suppliers to be flexible in their approach, and respond to changes as they arise. 6. Outputs (deliverables) 6.1. We expect the appointed supplier to provide the following research outputs in consultation with the Project Manager: a. A detailed project plan; b. Regular progress updates to HMRC, preferably weekly; c. Two presentations to be to be agreed by the project manager, following a drafting and reiteration process, which are: I. A presentation of quantitative findings; II. A presentation of qualitative findings; d. Draft and final written report to be agreed by the project manager following a drafting and reiteration process. HMRC require a high standard of presentation and expect all drafts to be complete and to have been proof-read before delivery. Several drafts may be required dependent on the nature of the comments made. The report should include: I. An executive summary; II. Main report findings; III. Technical appendix (covering, for e.g., sampling and response rate); e. Clean data set of the quantitative survey results, in SPSS format; and f. Anonymised transcripts of all qualitative interviews. 6.2. Please also provide costs for an additional, final presentation, which would be to an audience of wider stakeholders including colleagues from other Government departments. 6.3. The contractor should assume that questionnaires, topic guides and other materials will need to be amended in the light of comments made by HMRC and that several drafts may be required before agreeing a final draft. Allowance should be made for this in the proposed timetable and cost for the research. 7. Project Management and Contract Administration 7.1. (Personal Information: redacted under section 40 of the Freedom of Information Act) is the HMRC Manager for this project. She will be responsible for the day to day management of the contract. Once the contract has been awarded, all contact with HMRC concerning the project should be made through the HMRC Manager. The research organisation will be required to appoint a contract manager who will act as the principal point of contact for the Department. 7.2. The research organisation will be expected to work closely with the HMRC project manager and through them, with internal customers within HMRC throughout the duration of the contract. The project manager must be kept informed of progress and be involved in key decisions. Proposed changes in project staffing (at all levels) or deviations from the agreed work programme must be discussed and agreed with the project manager in advance. They are responsible for all decisions that involve funding. 7.3. In costing your tender you should allow for attendance at a minimum of four meetings in the 2014/15 period (for example, one set-up meeting, an analysis meeting and two results presentations). The majority of meetings are expected to take place at HMRC offices in London, although some may take place at the research organisation’s premises by arrangement. 8. Quality and Risk Management 8.1. Tenderers should include a quality control plan with their proposal, which should demonstrate their internal procedures to assure quality control. It should be clear how these procedures would be implemented with respect to this specific project. 8.2. Proposals should also include an assessment of the key risks to this project. This should identify the most significant risks to successful completion of the programme of work, assess the degree of risk (likelihood and impact), set out strategies for minimising these risks and managing the consequences if problems occur. (Please see the separate excel sheet in Annex C as an example of the template HMRC require research contractors to complete. 9. Expertise and Capability 9.1. HMRC acknowledges that considerable resources are required for the successful delivery of this project to time. It is possible that agencies invited to tender have the skills and ability within their organisation to undertake all or part of this survey but do not have sufficient resources required to successfully deliver the whole survey requirement. We therefore encourage agencies to collaborate with other suppliers to ensure that they are fully capable of undertaking this work. 9.2. HMRC is looking for suppliers who can demonstrate that their proposed team incorporates those with: a. Experience in conducting quantitative telephone surveys and qualitative interviews with small organisations; b. And knowledge or experience of finance-related research, including any relevant experience in collecting sensitive information. 9.3. Proposals should summarise the skills and expertise that particular members of staff bring to the team and clearly identify the project manager, with CVs included as an annex. 9.4. The proposal should specify details of which parts (if any) of the project will be sub-contracted, the name of the sub-contractor who will work on the project, their experience of related research, and their responsibilities within the project. If it is proposed to sub-contract any of the work, the same details as those provided by the tenderer should be given about the qualifications, experience and responsibilities of staff involved along with a description of their respective roles and the management arrangements put in place. Ultimately, however, the successful contractor will be held to account for the performance of any subcontractor and needs to demonstrate their confidence to successfully manage sub-contractors. 10. Resourcing and pricing 10.1. Tenderers are invited to propose how they would meet these requirements in the form of a programme of work. Tenderers must include a project plan and time schedule for the work that identifies the main tasks and key milestones that will be used to monitor progress, indicating clearly where HMRC is expected to contribute. The plan should also be accompanied by a resource profile, giving a breakdown of the resources in person days to each task. 10.2. The proposal must include a firm price offer (excluding VAT) and a breakdown of costs as per the table below. Costs for HMRC’s proposed methodology (detailed in section 3) should be provided. Costs for any alternative methodological design should be presented separately. Separate tables should be provided for the lead contractor and any collaborator. 10.3. If the decision not to continue with this project at any stage has additional costs associated, this should be clearly identified and a justification for these costs provided. Any additional costs identified will be subject to negotiation and agreement with HMRC prior to any contract being awarded. 10.4. Please indicate whether VAT would be payable. This is not a factor in determining which tender is successful, but the information is useful to assist our financial planning. 10.5. HMRC may require additional meetings and presentations to those as itemised in section 6 above. Tenderers should supply costs per meeting and presentation. Activity 15 cognitive interviews with businesses A pilot survey of 50 businesses A quantitative telephone survey with approximately 1,500 respondents, approximately 20 mins in duration (including preparation of appropriate research tools) Please also provide costs for 1000 achieved interviews 30-40 qualitative interviews, 45 mins in length, including drafting of topic guide and transcription costs. (Please provide costs for face-to-face and via telephone). Cost of any financial incentives offered to interview participants, if relevant Two presentations (one each for quant and qual stages) at HMRC Drafting of a final written report, inclusive of corrections to draft reports. Project Management: including initial set-up meeting, regular updates, progress checks and additional meetings (e.g. postproject review). Other costs, including administration, travel and subsistence Personnel (level of staff) Number Day rate of days per team per team member member Overheads Total (£) Final results presentation (optional) VAT (if applicable) Note: Tenders that do not supply a schedule of costs in the format outlined above will not be accepted. Rows/columns can be added to the above table as necessary. 11. Tender Evaluation Criteria 11.1. Tenders will be evaluated on best value for money. This will be judged on the basis of assessment of proposals (supplemented where relevant by discussion at interview) against the following criteria set against overall cost (excluding VAT): 11.2. Tenderers should set out their tender according to the following criteria but can add additional sections such as an introduction and summary. Particular attention should be paid to the information requested under each criterion. a. The extent to which the potential contractor demonstrates an understanding of the context, needs of HMRC and key issues for the project; b. The appropriateness of the sampling strategy, methodology and analysis proposed including steps taken on quality assurance at each stage of the project; c. Demonstrates evidence of ability to deliver to agreed timeframes and the capacity to deliver this project to the timeframes specified; d. Identification of key risks to the project and proposed strategies to mitigate these risks including the strategies proposed to maximise successful contact with businesses and securing interviews with these businesses; e. The experience of the team including experience of conducting research with businesses; f. Demonstrates relevant experience of both quantitative and qualitative research methods and in particular delivery of high quality research relating to company financial or sensitive information; and g. If applicable, the appropriate use of collaborators to deliver the project successfully. 11.3. Tenders will be evaluated using the scale below. Score 0 1 2 3 4 Description Totally fails to meet the requirement Meets some of the requirement, with limited supporting information Meets some of the requirement, with reasonable explanation Fully meets the requirement, with detailed explanation/evidence in support Exceeds the requirement, with detailed explanation/ evidence in support 11.4. The contract will be awarded on a value for money basis, considering an ability to identify and address all key areas and issues relevant to the study. Whilst contract price will be an important consideration, it is only one of a range of important factors affecting any decision to award a contract. HMRC reserve the right not to accept the lowest priced (or any) tender. 11.5. HMRC will select the successful tendering organisation deemed to best meet the requirement and value for money against the criteria described above. Tendering organisations may be invited to interview by HMRC before the selection is made, with interviews scheduled for week commencing 30th June (if needed). 11.6. Following final selection, any necessary post tender negotiations will be held with the preferred supplier in order to finalise the work programme prior to awarding the contract. 12. Data security and protection 12.1. The successful contractor will be required to submit a security plan, which will need to be approved prior to the project being formally commissioned. This will detail your approach to safeguarding confidential information including your company policies for handling sensitive documents and computer files from unauthorised access. 12.2. If you intend to involve sub contractors at any stage of the project please include details of how you will ensure their compliance with all aspects of the Security Plan. 12.3. The requirement on Data Security is set out at Schedule 5, Appendix 6 of the Framework Call off Terms and Conditions. A Security Plan questionnaire is attached (please see Annex D). 13. Other Ethical Issues 13.1. To preserve confidentiality and anonymity, details of individual participants in the research must not be included in the analysis and reports. 13.2. Published outputs of statistics will be consistent with statistical disclosure guidelines, as advised by HMRC. 14. Procurement Transparency 14.1. HMRC is obliged to publish tender documents for all contracts with a whole life value of over £10,000. It is a condition of bidding for this work that applicants agree to the subsequent publication of the contract once awarded. 14.2. If Bidders believe that any of the information requested is commercially sensitive they should provide such information in a separate letter. 15. Commissioning Conditions 15.1. The DWP/HMRC Research Framework 2013 Terms and Conditions will form the basis of the contractual agreement between the successful tendering organisation and HMRC. 15.2. The contractual agreement will be subject to the contractor complying with the Official Secrets Acts and related Legislation including Section 18 and 19 of the Commissioners or Revenue and Customs Act 2005. 15.3. HMRC retains the option of whether or not to commission the study, or any element of it. 15.4. Terminating the contract - HMRC reserves the right to terminate the contract prematurely (for any reason) should this be deemed necessary. In the event that it would become necessary to terminate or adjust the contract, HMRC will cover costs for services provided up to that point. Contractors should not book or schedule fieldwork until written confirmation has been provided by HMRC. Contractors should provide a cancellation policy, including details of charges (if any) should it be necessary to cancel fieldwork. 15.5. Additional contractual information is included in Annex B. Summary of requirements 15.6. Tenders should include the following information: A summary of proposals including a firm price bid (exclusive of VAT) as detailed in Section 9; A detailed explanation of proposals to meet the aims and objectives outlined above. This should include details of methodology; A detailed timetable for the proposed research for each specific information requirement, taking into account that outlined in Section 4; Quality control procedures and risk register as outlined in Section 7 (as annexes); Curriculum Vitae of key personnel proposed, their status within the company, area of expertise and details of their individual chargeable day rates; Chargeable rates for other personnel proposed. Where these can be identified as groups (e.g. administration, support etc.) then a group rate will suffice; Any further costs identified. 15.7. Tenders should not exceed fifteen pages (excluding Annexes). Information included after this limit will not be considered under the tender evaluation process. Queries on this research specification Tenderers with any queries about the research specification should contact (Personal Information: redacted under section 40 of the Freedom of Information Act) in the Department’s KAI Directorate, on e-mail: (Personal Information: redacted under section 40 of the Freedom of Information Act) The deadline for queries is 12pm on Friday 20th June. Information on how and when to return tenders 15.8. Please read the enclosed Instructions for Tenderers carefully. 15.9. You should send a PDF or read-only electronic copy of your proposal by email to arrive at the following e-mail address Email: (Personal Information: redacted under section 40 of the Freedom of Information Act) no later than 12pm on Thursday 26th June (unless the date is subsequently amended in writing by the Department). No hard copies of the tender are required. In summary, tenders should note the following: Action Deadline Contact Submit queries on ITT Submit read tender via email Fri 20th June (12pm) only Thurs 26th June (12pm) Email: (Personal Information: redacted under section 40 of the Freedom of Information Act) Email: (Personal Information: redacted under section 40 of the Freedom of Information Act) Annexes attached: Annex A: HMRC Instructions for Tenderers Annex B: Additional Contractual Information Annex C: Risk Register Template Annex D: Data Security Template
© Copyright 2025 Paperzz