Notice Information
Notice Title
Safeguarding Support for Covid-19 Inquiry
Notice Description
The Cabinet Office has 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. These contracts provide the offer of emotional support for everyone engaging with the Inquiry.
Lot Information
Emotional Support for the UK Covid-19 Inquiry - Digital Offer
Lot 1 includes 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. Additional information: Crown Commercial Service is acting as the Agent on behalf of the Authority.
Renewal: 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).
Emotional support services for the UK Covid-19 Inquiry - F2F, video and telephone offerLot 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 Additional information: Crown Commercial Service is acting as the Agent on behalf of the Authority.
Renewal: 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).
Emotional support services for the UK Covid-19 Inquiry - Staff support offerInquiry 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 Additional information: Crown Commercial Service is acting as the Agent on behalf of the Authority.
Renewal: 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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03e4c6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009667-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
85 - Health and social work services
-
- CPV Codes
79633000 - Staff development services
80511000 - Staff training services
80570000 - Personal development training services
85312300 - Guidance and counselling services
85312310 - Guidance services
85312320 - Counselling services
Notice Value(s)
- Tender Value
- £7,645,650 £1M-£10M
- Lots Value
- £7,645,649 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,267,134 £1M-£10M
Notice Dates
- Publication Date
- 25 Mar 20241 years ago
- Submission Deadline
- 5 Oct 2023Expired
- Future Notice Date
- 8 Aug 2023Expired
- Award Date
- 22 Feb 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTER FOR THE CABINET OFFICE (THE COVID INQUIRY) ACTING THROUGH CROWN COMMERCIAL SERVICE
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- jack.rowan@covid19.public-inquiry.uk, supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3454102222, +44 7516684654
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
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-03e4c6-2024-03-25T15:23:39Z",
"date": "2024-03-25T15:23:39Z",
"ocid": "ocds-h6vhtk-03e4c6",
"description": "As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/21f4f848-62f8-430f-9859-a58228f945da 1) Redacted Contracts 2) List of Successful Suppliers 3) Transparency Agenda On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security- classifications 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.",
"initiationType": "tender",
"tender": {
"id": "RM6355",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Safeguarding Support for Covid-19 Inquiry",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
},
"mainProcurementCategory": "services",
"description": "The Cabinet Office has 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. These contracts provide the offer of emotional support for everyone engaging with the Inquiry.",
"value": {
"amount": 7645650,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Emotional Support for the UK Covid-19 Inquiry - Digital Offer",
"description": "Lot 1 includes 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. Additional information: Crown Commercial Service is acting as the Agent on behalf of the Authority.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 4522132,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Emotional support services for the UK Covid-19 Inquiry - F2F, video and telephone offer",
"description": "Lot 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 Additional information: Crown Commercial Service is acting as the Agent on behalf of the Authority.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 2981322,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Emotional support services for the UK Covid-19 Inquiry - Staff support offer",
"description": "Inquiry 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 Additional information: Crown Commercial Service is acting as the Agent on behalf of the Authority.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 142195,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312310",
"description": "Guidance services"
},
{
"scheme": "CPV",
"id": "85312320",
"description": "Counselling services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312310",
"description": "Guidance services"
},
{
"scheme": "CPV",
"id": "85312320",
"description": "Counselling services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79633000",
"description": "Staff development services"
},
{
"scheme": "CPV",
"id": "80511000",
"description": "Staff training services"
},
{
"scheme": "CPV",
"id": "80570000",
"description": "Personal development training services"
},
{
"scheme": "CPV",
"id": "85312310",
"description": "Guidance services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
}
],
"communication": {
"futureNoticeDate": "2023-08-09T00:00:00+01:00"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-10-05T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-10-05T15:01:00+01:00"
},
"bidOpening": {
"date": "2023-10-05T15:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-10-05T15:00:00+01:00"
},
"newValue": {
"date": "2023-10-11T09:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of expressions of interest"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-88047",
"name": "Provision of Safeguarding Support for Covid-19 Inquiry",
"identifier": {
"legalName": "Provision of Safeguarding Support for Covid-19 Inquiry"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7516684654",
"email": "jack.rowan@covid19.public-inquiry.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Covid Inquiry"
},
{
"scheme": "COFOG",
"description": "Public Procurement"
}
]
}
},
{
"id": "GB-FTS-92078",
"name": "Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service",
"identifier": {
"legalName": "Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"mediationBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-94038",
"name": "Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service",
"identifier": {
"legalName": "Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Fllor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/ccs"
}
},
{
"id": "GB-FTS-49012",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street. L3 9PP",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-92078",
"name": "Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "009667-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-49012",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "009667-2024-1",
"awardID": "009667-2024-1",
"status": "active",
"value": {
"amount": 3267134.42,
"currency": "GBP"
},
"dateSigned": "2024-02-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
}
}