Safeguarding Support for Covid-19 Inquiry (Великобритания (Англия, Шотландия, Уэльс) - Тендер #45946565) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service Номер конкурса: 45946565 Дата публикации: 08-09-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| Title: | Safeguarding Support for Covid-19 Inquiry |
| OCID: | ocds-h6vhtk-03e4c6 |
| Published by: | Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service |
| Authority ID: | AA84570 |
| Publication Date: | 08/09/2023 |
| Deadline Date: | 05/10/2023 |
| Deadline Time: | 15:00 |
| Notice Type: | Contract Notice |
| Has Documents: | No |
| Has SPD: | No |
| Abstract: |
Lot 1 will include the following: ● Digital service offering ● Website with easy to navigate, downloadable psychoeducation materials including advice, self-guided resources. ● Stories of courage and hope from people impacted by Covid ● Text based support service available to anyone who needs it ● Triaging - the digital service provider would triage clients according to need. Pathways into Tier 2 would be swift and robust. The full requirements for Lot 1 are set out in Contract Schedule 2 (Specification) of the ITT |
Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Ministry or any other national or federal authority, including their regional or local subdivisions
General public services
Safeguarding Support for Covid-19 Inquiry
Reference number: RM6355
II.1.2) Main CPV code85312300
II.1.3) Type of contractServices
II.1.4) Short descriptionThe Cabinet Office intends to put in place contracts for the provision of Emotional Support service for use by the Covid 19 Inquiry.
The Inquiry has pledged to be trauma-informed across all of its work. A trauma informed approach means seeking to reduce the risk of retraumatisation to people who are engaging with the Inquiry. Emotional support is one of the key ways of reducing retraumatisation by offering timely, sensitive, psychologically informed emotional support to people engaging with the Inquiry’s work. Emotional support is not counselling or therapy. The focus is on facilitating the person’s engagement with the Inquiry, creating support plans, facilitating stabilisation, providing psychological containment and facilitating the person’s journey through their engagement process.
The contracts shall provide the offer of emotional support for everyone engaging with the Inquiry. The full specification is set out in Contract Schedule 2 (Specification), of the ITT.
II.1.5) Estimated total valueValue excluding VAT: 7 645 650.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
Lot No: 1
II.2.1) TitleEmotional Support for the UK Covid-19 Inquiry - Digital Offer
II.2.2) Additional CPV code(s)85312310
85312320
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLot 1 will include the following:
● Digital service offering
● Website with easy to navigate, downloadable psychoeducation materials including advice, self-guided resources.
● Stories of courage and hope from people impacted by Covid
● Text based support service available to anyone who needs it
● Triaging - the digital service provider would triage clients according to need. Pathways into Tier 2 would be swift and robust.
The full requirements for Lot 1 are set out in Contract Schedule 2 (Specification) of the ITT
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 70
Price / Weighting: 30
II.2.6) Estimated valueValue excluding VAT: 4 522 132.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial contract term will be for 24 months with the option to extend the contract for 2 separate periods of up to 12 months, a maximum overall contract term of 4 years (2+1+1).
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationCrown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is one per Lot.
Lot No: 2
II.2.1) TitleEmotional support services for the UK Covid-19 Inquiry - F2F, video and telephone offer
II.2.2) Additional CPV code(s)85312310
85312320
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLot 2 will include the following:
● Emotional support via telephone, video call (or F2F if at a community event), offering: psychological safety building, support plans, containment, risk assessment where needed.
● Pathway from Tier 1 to Tier 2 for ESM ppts who are significantly distressed by their engagement.
● Everyone could be given the details of the website for resources but some individuals engaging with the Inquiry would go straight into the Tier 2 level.
● Direct entry pathway into Tier 2 enhanced support for:
● ESM Targeted Research ppts
● People engaging in focus groups or activity that is inviting recollection of traumatic events
● Hearings related support - witnesses and CP model from this Tier
The full requirements for Lot 2 are set out in Contract Schedule 2 (Specification) of the ITT
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 70
Price / Weighting: 30
II.2.6) Estimated valueValue excluding VAT: 2 981 322.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial contract term will be for 24 months with the option to extend the contract for 2 separate periods of up to 12 months, a maximum overall contract term of 4 years (2+1+1).
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationCrown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is one per Lot.
Lot No: 3
II.2.1) TitleEmotional support services for the UK Covid-19 Inquiry - Staff support offer
II.2.2) Additional CPV code(s)79633000
80511000
80570000
85312310
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementInquiry staff will come into contact with people and materials that could potentially cause distress (e.g. evidential documents, witness testimony etc.) and therefore require additional emotional support beyond the standard employee assistance programmes.
The supplier would be expected to deliver:
● Staff Training events
● Group reflective support
● 1-on-1 support
The full requirements for Lot 3 are set out in Contract Schedule 2 (Specification) of the ITT
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 70
Price / Weighting: 30
II.2.6) Estimated valueValue excluding VAT: 142 195.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial contract term will be for 24 months with the option to extend the contract for 2 separate periods of up to 12 months, a maximum overall contract term of 4 years (2+1+1).
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationCrown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is one per Lot.
List and brief description of conditions:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Notice number in the OJ S:
2023/S 000-021311
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 05/10/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 05/10/2023
Local time: 15:01
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
As part of this contract notice the following documents can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/adc50157-eda4-4f65-a768-db3515f56c99
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.
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.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
07/09/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | supplier@crowncommercial.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 85312320 | Counselling services | Social work services without accommodation |
| 85312300 | Guidance and counselling services | Social work services without accommodation |
| 85312310 | Guidance services | Social work services without accommodation |
| 80570000 | Personal development training services | Training services |
| 79633000 | Staff development services | Personnel services except placement and supply services |
| 80511000 | Staff training services | Specialist training services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |