Award

NHS Patient Survey Programme (Lot 1)

CARE QUALITY COMMISSION

This public procurement record has 1 release in its history.

AwardUpdate

12 Oct 2021 at 10:57

Summary of the contracting process

The Care Quality Commission (CQC) is currently engaged in the procurement process for the NHS Patient Survey Programme, specifically for the co-ordination centre for existing methods (Lot 1). This tender involves survey services within the healthcare industry and is intended to capture patient experiences across all eligible NHS trusts in England. The procurement process is at the award stage, with the contract signed on 4th December 2019 and set to last for 1,440 days. The total anticipated value for the contract is approximately £1,493,167, and it is located within the UK. CQC aims to improve the collection and analysis of patient feedback to enhance service quality in the NHS, with a recent update dated 12th October 2021 signalling the ongoing activity in this regard.

This tender presents significant opportunities for businesses specialising in survey methodologies, market research, and public-opinion polling services. Organisations with expertise in digital survey solutions and data analysis would be particularly well-suited to compete, especially those able to collaborate effectively with CQC and NHS commissioners. The anticipated evolution of the NHS Patient Survey Programme towards more frequent and larger-scale surveys creates an opportunity for contractors to innovate and contribute to the enhancement of healthcare services through improved patient feedback mechanisms.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NHS Patient Survey Programme (Lot 1)

Notice Description

Lot Information

NHS Patient Survey Programme - Co-ordination Centre for Existing Methods

CQC collects, analyses and uses a range of intelligence that can inform us about people's experiences of care. Part of that information comes from people who have recently used specific NHS services and are asked about their experiences as part of a NHS Patient Survey Programme delivered by CQC (see definitions below regarding national survey). The programme is designed to capture the views of representative samples of patients in a systematic way from all eligible NHS trusts in England. Each survey contains a set of questions that is designed and tested to provide insight into people's experiences and to highlight areas where individual providers could improve how they provide services. The programme currently includes annual surveys of adult inpatients and community mental health services. CQC also undertakes 3 acute surveys on a biennial schedule: maternity services, emergency department services and children's and young people's inpatient and day case services. Information on all of these surveys is available on the 2 websites stated below. Typically, the surveys are sent to a sample of between 850-1 250 patients, who meet specific eligibility criteria, per provider. The sample is drawn from people who have experienced care in a specified month, or months and on average between 25 % and 50 % of eligible patients respond. The results of these surveys, including local and national reports, are published on CQC's own website and NHS Surveys along with the guidance and tools used to deliver the survey. The strategic direction for the NHS Patient Survey Programme for the period covered by this procurement process sets out CQC's proposals to develop the programme in 3 main ways: (i) create a digital method of survey delivery utilising mobile phones and potentially email addresses. The digital solution will be part of a mixed methods approach to surveys which will reduce the costs of running the programme for trusts and allow us to, potentially, increase frequency and sample sizes with minimal cost impact; (ii) support CQC's next phase approach (see, for example, the consultation response for the first wave on our website) for regulating providers where CQC has already inspected and rated every provider by potentially allowing CQC to increase the frequency of surveys and sample sizes; (iii) review opportunities for collecting people's views on the quality of new care models as they emerge or on the quality of care in local areas and health systems. CQC is seeking to appoint a contractor to deliver a co-ordination centre service and to act as an expert partner in the development and delivery of CQC's NHS Patient Survey Programme. The co-ordination centre works, on contract, directly with CQC and other commissioners to deliver and continuously improve the national surveys and survey products, by: (i) working with commissioners to deliver surveys and survey products including, for example, undertaking development work and pilots, providing expertise on methods and processes, analysing data and producing outputs; and (ii) support and work with, approved contractors to deliver surveys locally, for example through the development of guidance, webinars and central checks on samples. CQC expects the anticipated programme cost envelope will be 1 067 000 GBP per annum. This is split between both the co-ordination centre for existing methods (Lot 1) and the co-ordination centre for mixed methods (Lot 2), with costs allocated to Lot 1 being higher in year 1 than subsequent years as CQC implements its strategy for the programme. However, as this contract will be utilised on a call-off basis, CQC does not guarantee any work either to providers of services or from other commissioners and requirements may be called-off as and when required by commissioners. Please also note that CQC may procure additional services through the contract to accommodate programme enhancements (survey volume, frequency or coverage).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ead7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025450-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79310000 - Market research services

79311000 - Survey services

79320000 - Public-opinion polling services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,493,167 £1M-£10M

Notice Dates

Publication Date
12 Oct 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
4 Dec 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CARE QUALITY COMMISSION
Contact Name
Anthony Hutchinson
Contact Email
anthony.hutchinson@cqc.org.uk
Contact Phone
+44 1912333589

Buyer Location

Locality
NEWCASTLE-UPON-TYNE
Postcode
NE1 4PA
Post Town
Newcastle upon Tyne
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC43 Tyneside
Delivery Location
Not specified

Local Authority
Newcastle upon Tyne
Electoral Ward
Monument
Westminster Constituency
Newcastle upon Tyne Central and West

Supplier Information

Number of Suppliers
1
Supplier Name

PICKER INSTITUTE EUROPE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02ead7-2021-10-12T11:57:20+01:00",
    "date": "2021-10-12T11:57:20+01:00",
    "ocid": "ocds-h6vhtk-02ead7",
    "initiationType": "tender",
    "tender": {
        "id": "CQC PSO 114",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHS Patient Survey Programme (Lot 1)",
        "classification": {
            "scheme": "CPV",
            "id": "79311000",
            "description": "Survey services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "title": "NHS Patient Survey Programme - Co-ordination Centre for Existing Methods",
                "description": "CQC collects, analyses and uses a range of intelligence that can inform us about people's experiences of care. Part of that information comes from people who have recently used specific NHS services and are asked about their experiences as part of a NHS Patient Survey Programme delivered by CQC (see definitions below regarding national survey). The programme is designed to capture the views of representative samples of patients in a systematic way from all eligible NHS trusts in England. Each survey contains a set of questions that is designed and tested to provide insight into people's experiences and to highlight areas where individual providers could improve how they provide services. The programme currently includes annual surveys of adult inpatients and community mental health services. CQC also undertakes 3 acute surveys on a biennial schedule: maternity services, emergency department services and children's and young people's inpatient and day case services. Information on all of these surveys is available on the 2 websites stated below. Typically, the surveys are sent to a sample of between 850-1 250 patients, who meet specific eligibility criteria, per provider. The sample is drawn from people who have experienced care in a specified month, or months and on average between 25 % and 50 % of eligible patients respond. The results of these surveys, including local and national reports, are published on CQC's own website and NHS Surveys along with the guidance and tools used to deliver the survey. The strategic direction for the NHS Patient Survey Programme for the period covered by this procurement process sets out CQC's proposals to develop the programme in 3 main ways: (i) create a digital method of survey delivery utilising mobile phones and potentially email addresses. The digital solution will be part of a mixed methods approach to surveys which will reduce the costs of running the programme for trusts and allow us to, potentially, increase frequency and sample sizes with minimal cost impact; (ii) support CQC's next phase approach (see, for example, the consultation response for the first wave on our website) for regulating providers where CQC has already inspected and rated every provider by potentially allowing CQC to increase the frequency of surveys and sample sizes; (iii) review opportunities for collecting people's views on the quality of new care models as they emerge or on the quality of care in local areas and health systems. CQC is seeking to appoint a contractor to deliver a co-ordination centre service and to act as an expert partner in the development and delivery of CQC's NHS Patient Survey Programme. The co-ordination centre works, on contract, directly with CQC and other commissioners to deliver and continuously improve the national surveys and survey products, by: (i) working with commissioners to deliver surveys and survey products including, for example, undertaking development work and pilots, providing expertise on methods and processes, analysing data and producing outputs; and (ii) support and work with, approved contractors to deliver surveys locally, for example through the development of guidance, webinars and central checks on samples. CQC expects the anticipated programme cost envelope will be 1 067 000 GBP per annum. This is split between both the co-ordination centre for existing methods (Lot 1) and the co-ordination centre for mixed methods (Lot 2), with costs allocated to Lot 1 being higher in year 1 than subsequent years as CQC implements its strategy for the programme. However, as this contract will be utilised on a call-off basis, CQC does not guarantee any work either to providers of services or from other commissioners and requirements may be called-off as and when required by commissioners. Please also note that CQC may procure additional services through the contract to accommodate programme enhancements (survey volume, frequency or coverage).",
                "contractPeriod": {
                    "durationInDays": 1080
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79320000",
                        "description": "Public-opinion polling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "025450-2021-CQC PSO 114-1",
            "relatedLots": [
                "1"
            ],
            "title": "NHS Patient Survey Programme - Co-ordination Centre for Existing Methods",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-31392",
                    "name": "Picker Institute Europe"
                },
                {
                    "id": "GB-FTS-31393",
                    "name": "Picker Institute Europe"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-31391",
            "name": "Care Quality Commission",
            "identifier": {
                "legalName": "Care Quality Commission"
            },
            "address": {
                "streetAddress": "Citygate",
                "locality": "NEWCASTLE-UPON-TYNE",
                "region": "UK",
                "postalCode": "NE1 4PA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Anthony Hutchinson",
                "telephone": "+44 1912333589",
                "email": "Anthony.Hutchinson@cqc.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cqc.org.uk",
                "buyerProfile": "https://www.cqc.org.uk"
            }
        },
        {
            "id": "GB-FTS-31392",
            "name": "Picker Institute Europe",
            "identifier": {
                "legalName": "Picker Institute Europe"
            },
            "address": {
                "streetAddress": "Buxton Court, 3 West Way",
                "locality": "Oxford",
                "region": "UK",
                "postalCode": "OX2 0JB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-31393",
            "name": "Picker Institute Europe",
            "identifier": {
                "legalName": "Picker Institute Europe"
            },
            "address": {
                "streetAddress": "Buxton Court, 3 West Way",
                "locality": "Oxford",
                "region": "UK",
                "postalCode": "OX2 OJB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1850",
            "name": "High Court of Justice",
            "identifier": {
                "legalName": "High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-31391",
        "name": "Care Quality Commission"
    },
    "contracts": [
        {
            "id": "025450-2021-CQC PSO 114-1",
            "awardID": "025450-2021-CQC PSO 114-1",
            "title": "NHS Patient Survey Programme - Co-ordination Centre for Existing Methods",
            "status": "active",
            "value": {
                "amount": 1493167,
                "currency": "GBP"
            },
            "dateSigned": "2019-12-04T00:00:00Z",
            "period": {
                "durationInDays": 1440
            },
            "items": [
                {
                    "id": "1",
                    "title": "NHS Patient Survey Programme - Co-ordination Centre for Existing Methods",
                    "classification": {
                        "scheme": "CPV",
                        "id": "79311000",
                        "description": "Survey services"
                    },
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79310000",
                            "description": "Market research services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79320000",
                            "description": "Public-opinion polling services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "The initial contract included a clause to extend the contract for a further 12 months. This was subject to approval of funding for the extension period. Approval for this funding has now been given and the authority is now exercising the option to extend the contract with the expiry date now being 30th November 2022. Funding for the initial 3 years covering all 3 Lots was approved for PS3,289,881. Funding has now been approved for a further PS1,314,000 for the extension period. While a value is stated for each Lot, this is a nominal figure as each Lot will be funded from the approved sum depending on use.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Extension exercised as per the clause in the contract which was subject to further approval of funding which was not included in the original OJEU notice."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:618899-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}