Award

Safeguarding Support for Covid-19 Inquiry

MINISTER FOR THE CABINET OFFICE (THE COVID INQUIRY) ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 4 releases in its history.

Award

25 Mar 2024 at 15:23

TenderUpdate

03 Oct 2023 at 08:47

Tender

07 Sep 2023 at 16:14

Planning

24 Jul 2023 at 13:18

Summary of the contracting process

The Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service has completed the award process for the contract titled "Safeguarding Support for Covid-19 Inquiry" in the services main procurement category. The contract, valued at £3,267,134.42 GBP, was signed on 22nd February 2024. The procurement method used was an open procedure. The contract is currently active, and the awarded suppliers' information can be found in the Contracts Finder Notice.

This tender for emotional support services offers opportunities for businesses in the guidance and counselling industry category. Businesses providing emotional support, trauma-informed services, and staff training are well-suited to compete. The procurement stage involves contracts for emotional support services related to the Covid-19 Inquiry. Key dates and deadlines are specified in the respective tender documents, presenting significant opportunities for business growth through government contracts.

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

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 offer

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.

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 offer

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.

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).

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

Contracting Authority (Buyer)

Main Buyer
MINISTER FOR THE CABINET OFFICE (THE COVID INQUIRY) ACTING THROUGH CROWN COMMERCIAL SERVICE
Additional Buyers

PROVISION OF SAFEGUARDING SUPPORT FOR COVID-19 INQUIRY

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

Supplier Information

Number of Suppliers
1
Supplier Name

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

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-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
            }
        ]
    }
}