Tender

The National Survey for Wales 2023-24 onwards

WELSH GOVERNMENT

This public procurement record has 2 releases in its history.

Tender

14 Apr 2022 at 16:03

Planning

21 Dec 2021 at 09:05

Summary of the contracting process

The Welsh Government is currently at the active tender stage for the contract titled "The National Survey for Wales 2023-24 onwards." This procurement, classified under research and development services, is set to take place primarily across Wales. The tender period ends on 23rd June 2022, with an estimated maximum value of £17.6 million, including VAT, over a contract duration of 6 years and 4 months, with options to extend by 1 or 2 additional years. The successful bidder will be responsible for conducting fieldwork for an annual survey of around 12,000 people, primarily via telephone interviews.

This tender presents significant opportunities for businesses specialising in market research and data consultancy services. Companies equipped to manage large-scale surveys, especially those with experience in telephone and in-person interviews, would be well-suited to compete for this contract. Additionally, organisations that can demonstrate capability in social research and have a robust understanding of community engagement will find this procurement particularly relevant, given the emphasis on delivering community benefits as part of the contract's performance conditions.

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

The National Survey for Wales 2023-24 onwards

Notice Description

Welsh Government requires a contract to deliver the National Survey for Wales from 2023-24 onwards. Under the Contract, the successful Bidder will conduct fieldwork for the National Survey from March 2023 until March 2028 (with the option to delay fieldwork start to October 2023, and/or delay fieldwork end to March 2029 or March 2030), and to supply the resulting data files to the Client along with technical documentation. The survey will be a continuous annual survey of around 12,000 people a year across in Wales. Fieldwork will be carried out primarily by telephone, with an additional online self-completion section in some years. Where respondents cannot be contacted by phone, interviewers may visit addresses and if possible carry out the survey face-to-face, in home (with a computerised self-completion section in some years).

Lot Information

Lot 1

The survey will cover a representative, random sample of all people aged 16 or over (no upper age limit) resident within private households in Wales. The address sample will be a single-stage sample across Wales. Within each sampled household, where there are two or more eligible individuals the interviewer will select the respondent using a random selection technique. Approximately 12,000 interviews should be achieved in each financial year, unclustered across the year. The sample should be sufficiently representative within quarters to support national estimates based on each quarter. The survey will provide results each year primarily at national, regional and local health board level, but will also support estimates at local authority level. The achieved sample size will be broadly proportionate to population size in each local authority, with over-sampling to achieve an effective sample size of approximately 750 respondents a year in Powys and 250 a year in the smallest authorities. A modular questionnaire will be administered to each participating respondent. The questionnaire will be updated each year. The questionnaire will take 40 minutes to complete (median average across respondents). The survey will be carried out primarily by telephone, with a face-to-face, in-home interview for respondents who do not provide a phone number. In some years there will also be a 10-15 minute self-completion section within the overall 40 minute survey length, either online (for respondents who complete the first section by telephone) or by Computer-Assisted Self-Interview (CASI; for respondents completing the first section face-to-face). Filtering and random subsampling of modules will be used to collect data only to the necessary level of precision for each topic. This means that for example where estimates are only needed at national level, a random subsample will be selected from the whole sample such that 2,000 respondents answer the relevant questions. The questionnaires supplied by the Client will be converted by the successful Bidder into computer scripts for fieldwork. Conversion of the materials will include detailed testing of the script by the successful Bidder. The successful Bidder will supply data files, including weights, for each fieldwork year to the Client by early May after the end of that fieldwork year. Data files will then be reviewed by the Client. The successful Bidder will revise them as necessary by mid May for sign-off by the Client by early June. The technical report relating to that fieldwork year will be supplied to the Client by mid May, to be revised and signed off by early June. Additional information: II.2.6) Estimated value - the estimated maximum value figure GBP 17600000 includes VAT and the costs of the core and optional requirements of the initial contract term and the optional extension periods. II.2.7) Duration The initial contract term is 6 years and 4 months, with the option to extend by 1 or 2 years.

Options: Please refer to the tender specification document for further details.

Renewal: The contract will include options to extend by 1 or 2 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0303f4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010104-2022
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services

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


CPV Codes

73000000 - Research and development services and related consultancy services

73110000 - Research services

73300000 - Design and execution of research and development

79310000 - Market research services

79311210 - Telephone survey services

79315000 - Social research services

79342310 - Customer survey services

79342311 - Customer satisfaction survey

Notice Value(s)

Tender Value
£17,600,000 £10M-£100M
Lots Value
£17,600,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 20223 years ago
Submission Deadline
23 Jun 2022Expired
Future Notice Date
26 Mar 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
6 years 4 months to 8 years 4 months

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WELSH GOVERNMENT
Contact Name
Not specified
Contact Email
cpsprocurementadvice@gov.wales
Contact Phone
+44 3000257095

Buyer Location

Locality
CARDIFF
Postcode
CF10 3NQ
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL52 Cardiff and Vale of Glamorgan
Delivery Location
TLL Wales

Local Authority
Cardiff
Electoral Ward
Cathays
Westminster Constituency
Cardiff South and Penarth

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-0303f4-2022-04-14T17:03:17+01:00",
    "date": "2022-04-14T17:03:17+01:00",
    "ocid": "ocds-h6vhtk-0303f4",
    "description": "E-Tender Information: https://etenderwales.bravosolution.co.uk - The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation. - Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration. - The User who performs the Registration becomes the Super User for the Organisation. - On registering on the Platform the Super User will select a Username and will receive a password. - The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page. - In order to log-in to the Platform please enter your Username and Password. - Note: If you forget your Password then visit the homepage and click \"Forgot your password?\" - Registration should only be performed once for each Organisation. - If you think that someone in your Organisation may have already registered on this Platform then you must not register again. - Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform. - Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation). - Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform. - Tenders must be uploaded to the BravoSolution portal by 2pm How To Find The ITT: - Once logged in you must click on 'ITT's Open to all Suppliers' - The e-tender references for this contract are: project_49822, itt_93348. - Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the 'Express an Interest button'. This will move the ITT from the 'Open to all Suppliers' area to the 'My ITT's' on the home page. - You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the 'Attachments' area. - Should you have any questions on the ITT, please use the 'Messages' area to contact the buyer directly - Please do not contact the named person at the top of this notice. II.2.6) Estimated value Total estimated maximum value figure GBP 17600000 including VAT The potential total value of the Contract for the core requirements is estimated to be a maximum of GBP 10m (excluding VAT) over the 6 year 4 month duration. The potential value for the core requirements for the possible extension (of up to two years) is estimated to be an additional GBP 1.9m (excluding VAT) a year. The maximum budget for the core requirements is GBP 0.5m in 2022-23 and GBP 1.869m per financial year thereafter (excluding VAT, and including inflation over the life of the Contract). Note that the maximum budget is lower if option (i) to delay fieldwork start is taken up: GBP 0.1m in 2022-23, 1.657m in 2023-24, and then 1.869m a year thereafter. In addition, subject to the Client's ongoing contract requirements, should all of the additional optional elements be required during the contract term the maximum additional budget for all optional elements on top of the core budget set out above is GBP 750k excluding VAT over the life of the contract. NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118904 Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: Community Benefits will be non-core. (WA Ref:118904) The buyer considers that this contract is suitable for consortia.",
    "initiationType": "tender",
    "tender": {
        "id": "C394/2021/2022",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The National Survey for Wales 2023-24 onwards",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Welsh Government requires a contract to deliver the National Survey for Wales from 2023-24 onwards. Under the Contract, the successful Bidder will conduct fieldwork for the National Survey from March 2023 until March 2028 (with the option to delay fieldwork start to October 2023, and/or delay fieldwork end to March 2029 or March 2030), and to supply the resulting data files to the Client along with technical documentation. The survey will be a continuous annual survey of around 12,000 people a year across in Wales. Fieldwork will be carried out primarily by telephone, with an additional online self-completion section in some years. Where respondents cannot be contacted by phone, interviewers may visit addresses and if possible carry out the survey face-to-face, in home (with a computerised self-completion section in some years).",
        "value": {
            "amount": 17600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The survey will cover a representative, random sample of all people aged 16 or over (no upper age limit) resident within private households in Wales. The address sample will be a single-stage sample across Wales. Within each sampled household, where there are two or more eligible individuals the interviewer will select the respondent using a random selection technique. Approximately 12,000 interviews should be achieved in each financial year, unclustered across the year. The sample should be sufficiently representative within quarters to support national estimates based on each quarter. The survey will provide results each year primarily at national, regional and local health board level, but will also support estimates at local authority level. The achieved sample size will be broadly proportionate to population size in each local authority, with over-sampling to achieve an effective sample size of approximately 750 respondents a year in Powys and 250 a year in the smallest authorities. A modular questionnaire will be administered to each participating respondent. The questionnaire will be updated each year. The questionnaire will take 40 minutes to complete (median average across respondents). The survey will be carried out primarily by telephone, with a face-to-face, in-home interview for respondents who do not provide a phone number. In some years there will also be a 10-15 minute self-completion section within the overall 40 minute survey length, either online (for respondents who complete the first section by telephone) or by Computer-Assisted Self-Interview (CASI; for respondents completing the first section face-to-face). Filtering and random subsampling of modules will be used to collect data only to the necessary level of precision for each topic. This means that for example where estimates are only needed at national level, a random subsample will be selected from the whole sample such that 2,000 respondents answer the relevant questions. The questionnaires supplied by the Client will be converted by the successful Bidder into computer scripts for fieldwork. Conversion of the materials will include detailed testing of the script by the successful Bidder. The successful Bidder will supply data files, including weights, for each fieldwork year to the Client by early May after the end of that fieldwork year. Data files will then be reviewed by the Client. The successful Bidder will revise them as necessary by mid May for sign-off by the Client by early June. The technical report relating to that fieldwork year will be supplied to the Client by mid May, to be revised and signed off by early June. Additional information: II.2.6) Estimated value - the estimated maximum value figure GBP 17600000 includes VAT and the costs of the core and optional requirements of the initial contract term and the optional extension periods. II.2.7) Duration The initial contract term is 6 years and 4 months, with the option to extend by 1 or 2 years.",
                "status": "active",
                "value": {
                    "amount": 17600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2280
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will include options to extend by 1 or 2 years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Please refer to the tender specification document for further details."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311210",
                        "description": "Telephone survey services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79315000",
                        "description": "Social research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79342310",
                        "description": "Customer survey services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79342311",
                        "description": "Customer satisfaction survey"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-03-27T00:00:00+01:00",
            "atypicalToolUrl": "https://etenderwales.bravosolution.co.uk/web/"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etenderwales.bravosolution.co.uk/web/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "as stated in the tender documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-06-23T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-06-23T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-06-23T14:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "6 years 4 months to 8 years 4 months"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1044",
            "name": "Welsh Government",
            "identifier": {
                "legalName": "Welsh Government"
            },
            "address": {
                "streetAddress": "Corporate Procurement Services, Cathays Park",
                "locality": "Cardiff",
                "region": "UKL",
                "postalCode": "CF10 3NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3000257095",
                "email": "cpsprocurementadvice@gov.wales",
                "url": "https://etenderwales.bravosolution.co.uk/web/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://wales.gov.uk/?skip=1&lang=en",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1044",
        "name": "Welsh Government"
    },
    "language": "en"
}