Notice Information
Notice Title
Procurement for Services related to COVID-19
Notice Description
The Office for National Statistics ('ONS') has a requirement to procure Services related to COVID-19. ONS was commissioned in April 2020 to conduct the COVID-19 Infection Survey collecting the data which informs HMG's policies and operational interventions regarding the COVID-19 pandemic. CIS is a repeated cross-sectional household survey with additional serial sampling and longitudinal follow-up which provides an estimate of the proportion and number of people living in private households who would have had COVID-19 in the last week based on trend modelling. The study is led by DHSC and ONS and draws on the world-leading scientific expertise of the University of Oxford. CIS is the flagship surveillance study and the key source of COVID-19 infection data, incidence and antibody prevalence in UK communities. We work with key stakeholder partners; PHE, PHS, PHW, the Joint Biosecurity Centre, Ministers, SAGE, and the wider UK Test & Trace programmes to inform required policy and operational interventions.
Lot Information
Lot 1
The Authority requires a Prime Provider to supply and manage an integrated service for the CIS to households in England, Wales, Scotland and Northern Ireland to be made up of the Services listed below: * Supply and integration of Study Workers to conduct fieldwork and their management, including the provision of trained phlebotomists * The provision of data and Management Information * Contact Centre * Courier, Logistics and Warehousing * Future Requirements as Options within the Contract * The Provider, across the service and integration, will play a pivotal role in delivering the established survey activities but will also be required to adapt and be flexible in the way these are delivered. The pace and scale of change is not predictable, given the unprecedented nature, and hence the data required to support the response to the COVID-19 pandemic. The Provider's ability and contributions will be fundamental to support this. Supply and Integration of Study Workers to Conduct Fieldwork and their Management - Overview The Authority has a requirement for the delivery of all operational aspects of UK fieldwork for The Authority's COVID-19 Infection Survey throughout the period June 2021-March 2023. This will include overall responsibility of integration of all services, provision of underlying data infrastructure and data flows. This shall include full survey and fieldwork management, including preparation of training material, recruitment of Study Workers who support participant self-administration of swabs, recruitment of phlebotomists as Study Workers for the collection of venous blood samples and to support participant self-administration of swabs, training and management of the Study Workers, provision of appointment scheduling, supply chain management, venous blood and swab sample management system, end-to-end data flow management, quality assurance, collation of management information, managing and resolving complaints and incident resolution, information security and overall service integration. With the health and safety of participants and staff the highest priority, of particular note is that this includes a key role leading a 'health and safety first' culture across the field operation. The fieldwork shall cover England, Wales, Scotland and Northern Ireland and be adaptive to survey sample requirements. The anticipated field force size will need to be able to deliver circa 130,000 unique tests per week, to include study workers and trained phlebotomists. The Field Force will follow NHS guidance regarding protective equipment. The study parameters are estimated, and these may change due to epidemiological requirements. All parameters and study design are subject to medical ethics approval. The survey is a large-scale operation and success depends on the ability to successfully align data collection resources to meet the participant testing requirement, completing the data collection to a high standard and ensuring both a high-quality respondent experience and integrity in the data flows that occur. The study shall recruit on average approximately 35,000 participants per month throughout the period until March 2023. During this time, the number of active participants will typically be approximately 450,000, although the study will only be testing at peak effort approximately 130,000 a week. All participants shall be swab tested and up to 20 % of participants shall also receive blood tests for antibodies. The number of Study Worker visits shall therefore scale accordingly based on an average household size of approximately 2 participants. Contact Centre - Overview The fieldwork shall be supported by a participant Contact Centre to assist with registration, data collection, complaints handling, queries and potential assisted digital completion support. Service is required 7 days a week and operate the following hours: * Monday-Thursday - 9am-9pm * Friday - 9am-8pm * Saturday-Sunday - 9am-5pm The current level of resource is around 150 full-time equivalent staff. The service must be able to flex to meet study demands. Courier, Logistics and warehousing - Overview The Supplier shall provide a courier, logistics and warehousing service to support the fieldwork, to arrange distribution of equipment from warehousing to field staff, and movement of biological material from the Field Workers to around 100 UK-wide local collection points, to the selected UK testing centres (lighthouse labs currently at Glasgow, Milton Keynes and Oxford) within 24-48 hours of collection, warehousing and picking and packing service for interviewer kits (estimated at 4000-7000 parcels a week) which will include swabs, PPE, testing equipment and other survey materials for supply through the duration of the study. The estimated storage space per month is between 250 and 350 pallets. Options - Overview The Authority has two potential future requirements that it would like the Tenderers to consider *: * For the provision of an online data capture platform in order to facilitate online participant registration, consent, assent and interviews, which will be expected to allow around 100,000 individual completions per week across the whole of the UK and be integrated into the operational model. * For the replacement of venous blood draw with capillary (finger prick) blood draw. * Note that these will not form part of the tender evaluation Medical Protocol Dependencies The CIS is a medical research study which takes biological samples from participants and therefore falls under the remit of the Human Tissue Act. As such, it operates under a strict medical ethics Protocol, which details exactly how the research must be conducted and requires formal approval from an NHS Research Ethics Committee and also a study Sponsor, Oxford University. Any change to supplier or design must be agreed in advance and then approved by the Research Ethics Committee. This must be carried out before conducting the change of supplier or process, in addition study participants must also be informed, in writing, of any changes to the protocol before participants may be contacted by the new suppliers.
Options: The contract was advertised and awarded as a 10-month contract with the option for a 12 month extension.
Renewal: This contract is subject to renewal, with an option to renew on a 12 month basis.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028b61
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001035-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
85 - Health and social work services
-
- CPV Codes
63120000 - Storage and warehousing services
63521000 - Freight transport agency services
72310000 - Data-processing services
73000000 - Research and development services and related consultancy services
79311000 - Survey services
79311100 - Survey design services
79311210 - Telephone survey services
79311300 - Survey analysis services
79414000 - Human resources management consultancy services
79600000 - Recruitment services
85141000 - Services provided by medical personnel
Notice Value(s)
- Tender Value
- £1,100,000,000 £1B-£10B
- Lots Value
- £1,100,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £710,000,000 £100M-£1B
Notice Dates
- Publication Date
- 27 Jul 20214 years ago
- Submission Deadline
- 24 Feb 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 27 May 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OFFICE FOR NATIONAL STATISTICS
- Contact Name
- Darren Bone
- Contact Email
- darren.bone@ons.gov.uk
- Contact Phone
- +44 1633582408
Buyer Location
- Locality
- NEWPORT
- Postcode
- NP10 8XG
- Post Town
- Newport
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL54 Monmouthshire and Newport
- Delivery Location
- Not specified
-
- Local Authority
- Newport
- Electoral Ward
- Tredegar Park and Marshfield
- Westminster Constituency
- Newport West and Islwyn
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-028b61-2021-07-27T18:14:17+01:00",
"date": "2021-07-27T18:14:17+01:00",
"ocid": "ocds-h6vhtk-028b61",
"initiationType": "tender",
"tender": {
"id": "PU-21-0140",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Procurement for Services related to COVID-19",
"classification": {
"scheme": "CPV",
"id": "79311000",
"description": "Survey services"
},
"mainProcurementCategory": "services",
"description": "The Office for National Statistics ('ONS') has a requirement to procure Services related to COVID-19. ONS was commissioned in April 2020 to conduct the COVID-19 Infection Survey collecting the data which informs HMG's policies and operational interventions regarding the COVID-19 pandemic. CIS is a repeated cross-sectional household survey with additional serial sampling and longitudinal follow-up which provides an estimate of the proportion and number of people living in private households who would have had COVID-19 in the last week based on trend modelling. The study is led by DHSC and ONS and draws on the world-leading scientific expertise of the University of Oxford. CIS is the flagship surveillance study and the key source of COVID-19 infection data, incidence and antibody prevalence in UK communities. We work with key stakeholder partners; PHE, PHS, PHW, the Joint Biosecurity Centre, Ministers, SAGE, and the wider UK Test & Trace programmes to inform required policy and operational interventions.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-02-24T13:00:00Z"
},
"newValue": {
"date": "2021-02-26T12:00:00Z"
},
"where": {
"section": "IV.2.2"
}
},
{
"oldValue": {
"date": "2021-02-25T12:00:00Z"
},
"newValue": {
"date": "2021-02-27T12:00:00Z"
},
"where": {
"section": "IV.2.7"
}
}
],
"description": "In addition to the change in time limit for requests to participate, the Invitation to Tender will now be published on 27 January 2021 at 12:00 hours."
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-02-24T13:00:00Z"
},
"newValue": {
"date": "2021-03-01T12:00:00Z"
},
"where": {
"section": "IV.2.2"
}
},
{
"oldValue": {
"date": "2021-02-25T00:00:00Z"
},
"newValue": {
"date": "2021-03-02T00:00:00Z"
},
"where": {
"section": "IV.2.7"
}
}
],
"description": "This Corrigendum Notice supersedes the Corrigendum Notice published on 22 January 2021 (Publication reference: 2021/S 000-001312). In addition to the change in time limit for requests to participate, the Invitation to Tender will now be published on 29 January 2021 at 12:00 hours. The time limit for receipt of requests to participate will now be 1 March 2021 at 12:00 hours."
}
],
"status": "active",
"lots": [
{
"id": "1",
"description": "The Authority requires a Prime Provider to supply and manage an integrated service for the CIS to households in England, Wales, Scotland and Northern Ireland to be made up of the Services listed below: * Supply and integration of Study Workers to conduct fieldwork and their management, including the provision of trained phlebotomists * The provision of data and Management Information * Contact Centre * Courier, Logistics and Warehousing * Future Requirements as Options within the Contract * The Provider, across the service and integration, will play a pivotal role in delivering the established survey activities but will also be required to adapt and be flexible in the way these are delivered. The pace and scale of change is not predictable, given the unprecedented nature, and hence the data required to support the response to the COVID-19 pandemic. The Provider's ability and contributions will be fundamental to support this. Supply and Integration of Study Workers to Conduct Fieldwork and their Management - Overview The Authority has a requirement for the delivery of all operational aspects of UK fieldwork for The Authority's COVID-19 Infection Survey throughout the period June 2021-March 2023. This will include overall responsibility of integration of all services, provision of underlying data infrastructure and data flows. This shall include full survey and fieldwork management, including preparation of training material, recruitment of Study Workers who support participant self-administration of swabs, recruitment of phlebotomists as Study Workers for the collection of venous blood samples and to support participant self-administration of swabs, training and management of the Study Workers, provision of appointment scheduling, supply chain management, venous blood and swab sample management system, end-to-end data flow management, quality assurance, collation of management information, managing and resolving complaints and incident resolution, information security and overall service integration. With the health and safety of participants and staff the highest priority, of particular note is that this includes a key role leading a 'health and safety first' culture across the field operation. The fieldwork shall cover England, Wales, Scotland and Northern Ireland and be adaptive to survey sample requirements. The anticipated field force size will need to be able to deliver circa 130,000 unique tests per week, to include study workers and trained phlebotomists. The Field Force will follow NHS guidance regarding protective equipment. The study parameters are estimated, and these may change due to epidemiological requirements. All parameters and study design are subject to medical ethics approval. The survey is a large-scale operation and success depends on the ability to successfully align data collection resources to meet the participant testing requirement, completing the data collection to a high standard and ensuring both a high-quality respondent experience and integrity in the data flows that occur. The study shall recruit on average approximately 35,000 participants per month throughout the period until March 2023. During this time, the number of active participants will typically be approximately 450,000, although the study will only be testing at peak effort approximately 130,000 a week. All participants shall be swab tested and up to 20 % of participants shall also receive blood tests for antibodies. The number of Study Worker visits shall therefore scale accordingly based on an average household size of approximately 2 participants. Contact Centre - Overview The fieldwork shall be supported by a participant Contact Centre to assist with registration, data collection, complaints handling, queries and potential assisted digital completion support. Service is required 7 days a week and operate the following hours: * Monday-Thursday - 9am-9pm * Friday - 9am-8pm * Saturday-Sunday - 9am-5pm The current level of resource is around 150 full-time equivalent staff. The service must be able to flex to meet study demands. Courier, Logistics and warehousing - Overview The Supplier shall provide a courier, logistics and warehousing service to support the fieldwork, to arrange distribution of equipment from warehousing to field staff, and movement of biological material from the Field Workers to around 100 UK-wide local collection points, to the selected UK testing centres (lighthouse labs currently at Glasgow, Milton Keynes and Oxford) within 24-48 hours of collection, warehousing and picking and packing service for interviewer kits (estimated at 4000-7000 parcels a week) which will include swabs, PPE, testing equipment and other survey materials for supply through the duration of the study. The estimated storage space per month is between 250 and 350 pallets. Options - Overview The Authority has two potential future requirements that it would like the Tenderers to consider *: * For the provision of an online data capture platform in order to facilitate online participant registration, consent, assent and interviews, which will be expected to allow around 100,000 individual completions per week across the whole of the UK and be integrated into the operational model. * For the replacement of venous blood draw with capillary (finger prick) blood draw. * Note that these will not form part of the tender evaluation Medical Protocol Dependencies The CIS is a medical research study which takes biological samples from participants and therefore falls under the remit of the Human Tissue Act. As such, it operates under a strict medical ethics Protocol, which details exactly how the research must be conducted and requires formal approval from an NHS Research Ethics Committee and also a study Sponsor, Oxford University. Any change to supplier or design must be agreed in advance and then approved by the Research Ethics Committee. This must be carried out before conducting the change of supplier or process, in addition study participants must also be informed, in writing, of any changes to the protocol before participants may be contacted by the new suppliers.",
"awardCriteria": {
"criteria": [
{
"name": "Programme/Quality",
"type": "cost",
"description": "30%"
},
{
"name": "Technical",
"type": "cost",
"description": "40%"
},
{
"name": "Commercial",
"type": "cost",
"description": "30%"
}
]
},
"hasOptions": false,
"options": {
"description": "The contract was advertised and awarded as a 10-month contract with the option for a 12 month extension."
},
"status": "active",
"value": {
"amount": 1100000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 660
},
"hasRenewal": true,
"renewal": {
"description": "This contract is subject to renewal, with an option to renew on a 12 month basis."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63120000",
"description": "Storage and warehousing services"
},
{
"scheme": "CPV",
"id": "63521000",
"description": "Freight transport agency services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311210",
"description": "Telephone survey services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79414000",
"description": "Human resources management consultancy services"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
{
"scheme": "CPV",
"id": "85141000",
"description": "Services provided by medical personnel"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"value": {
"amount": 1100000000,
"currency": "GBP"
},
"submissionMethod": [
"written"
],
"communication": {
"atypicalToolUrl": "https://in-tendhost.co.uk/ons/aspx/Home"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Authority has a mandatory requirement for Tenderers to be able to demonstrate experience of implementing large scale (with participants to the order of 1000s) clinical research to Good Clinical Practice (GCP) standard, including compliance with requirements for material considered relevant under the Human Tissue Act and special category data under UK GDPR.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-02-24T13:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-02-25T00:00:00Z"
},
"bidOpening": {
"date": "2021-02-25T00:00:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-2240",
"name": "Office for National Statistics",
"identifier": {
"legalName": "Office for National Statistics"
},
"address": {
"streetAddress": "Government Buildings, Cardiff Road",
"locality": "Newport",
"region": "UKL21",
"postalCode": "NP10 8XG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Darren Bone",
"telephone": "+44 1633582408",
"email": "Darren.Bone@ons.gov.uk",
"url": "https://in-tendhost.co.uk/ons/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ons.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Office for National Statistics"
}
]
}
},
{
"id": "GB-FTS-21650",
"name": "IQVIA Limited",
"identifier": {
"legalName": "IQVIA Limited"
},
"address": {
"streetAddress": "3 Forbury Place, 23 Forbury Road",
"locality": "Reading",
"region": "UK",
"postalCode": "RG1 3JH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-2241",
"name": "Office for National Statistics",
"identifier": {
"legalName": "Office for National Statistics"
},
"address": {
"locality": "Newport",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2240",
"name": "Office for National Statistics"
},
"language": "en",
"awards": [
{
"id": "015548-2021-PU-21-0140-1",
"relatedLots": [
"1"
],
"title": "Services Related to Covid-19",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21650",
"name": "IQVIA Limited"
}
]
}
],
"contracts": [
{
"id": "015548-2021-PU-21-0140-1",
"awardID": "015548-2021-PU-21-0140-1",
"title": "Services Related to Covid-19",
"status": "active",
"value": {
"amount": 710000000,
"currency": "GBP"
},
"dateSigned": "2021-05-28T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
}
]
},
"description": "The requirement specified within the ITT may be subject to change during the procurement process at the Authority's discretion. The Authority shall ensure it undertakes an evaluation on a fair, open and transparent basis in line with the Public Contracts Regulations 2015. There is a requirement for Tenderers to register on the e-sourcing platform (Intend) prior to securing access to the ITT.",
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:565639-2020:TEXT:EN:HTML"
}
]
}