Award

Contract for the Provision of Crime Survey for England and Wales (CSEW)

OFFICE FOR NATIONAL STATISTICS

This public procurement record has 1 release in its history.

Award

07 Apr 2025 at 10:20

Summary of the contracting process

The Office for National Statistics has awarded a contract without prior publication for the provision of the Crime Survey for England and Wales (CSEW) to Verian Group Ltd (formerly Kantar Public UK Limited). This contract, part of the research and development services industry category, entails a comprehensive multi-modal survey design, including online questionnaire development and related research services necessary to meet evolving project needs. Located in the United Kingdom, this procurement, classified under CPV code 73000000, was conducted through a 'limited' procurement method due to the specific requirements of the project, ensuring efficient delivery under the existing supplier. The modification process aligns with the Public Contracts Regulations 2015, ensuring the contract's value remains unchanged at £40,678,319, with the contract currently active since its signing on 26 October 2023.

This tender creates significant opportunities for businesses specialising in research and development services, particularly those skilled in multi-modal survey designs and online questionnaire development. Companies that can provide high-quality research services and have the ability to adapt to the evolving needs of extensive national surveys would be well-suited to such contracts. This tender not only opens doors for larger organisations with significant experience in similar projects but also highlights the importance of maintaining efficient workflows and cost management practices. The involvement of established suppliers like Verian Group Ltd underscores the need for reliable and adaptable partners to achieve the project's objectives effectively.

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

Contract for the Provision of Crime Survey for England and Wales (CSEW)

Notice Description

Amendment of the Contract for the Provision of Crime Survey for England and Wales (CSEW) without prior publication for a call for competition in the cases listed below: The proposed amendment falls within the scope of the application of the Public Contracts Regulations 2015 (as amended) ("PCR"), Regulation 72(1)(f) and Regulation 72(5); and further (or alternatively), Regulation 72(1)(b) and 72(1)(e) of the PCR.

Lot Information

Lot 1

The contract will be amended to include additional services covering multi-modal survey design, including online questionnaire development and research services related to the implementation of an online survey. These additional service elements will realign the scope of the original contract to the contracting authority's current requirements and priorities, by providing comprehensive support for the creation and implementation of the online elements of the Crime Survey for England and Wales.

Procurement Information

The inclusion of these additional services is necessary to meet the evolving needs of the project to deliver the contract for the provision of Crime Survey for England and Wales, and to ensure the successful completion of the objectives of that survey. The originally-awarded contract did not anticipate the need for the specific additional services covered by this notice (i.e. services covering multi-modal questionnaire design, including online questionnaire development and research services related to the implementation of an online survey), which have become essential due to changes in project requirements since the date when the contract was awarded. The work will be iterative, taking place in planned stages (discovery, alpha, beta) with pause and review taking place at each point, adjusting the course of online development as appropriate and to the extent necessary to implement the multimodal questionnaire successfully. Owing to the proposed modification producing efficiencies elsewhere in the delivery of the contract by the same supplier, the contracting authority expects that the value of the contract will not increase as a result of the implementation of the modification to which this notice relates. The contracting authority therefore believes that the proposed modification falls within the ground for modification permitted by Regulation 72(1)(f) and Regulation 72(5) of the PCR, and can therefore be implemented without a new award procedure. Further (or alternatively), but without prejudice to its belief in the applicability of Regulation 72(1)(f) and 72(5), the contracting authority believes that Regulation 72(1)(b) and/or 72(1)(e) of the PCR can also be relied on as also permitting the proposed modification. In the case of Regulation 72(1)(b), this is because the contracting authority believes that (i) the additional services have become necessary, and (ii) have to be provided by the same supplier. This is because efficiencies will be produced elsewhere in the delivery of the survey if the same supplier provides the additional services, thereby avoiding an increase in the aggregate cost of delivering the survey which would be likely if a separate supplier were to deliver the multimodal survey instrument with the existing supplier delivering the balance of the survey. Such efficiencies will thereby avoid significant inconvenience and/or substantial cost duplication for the contracting authority. For the purposes of Regulation 72(1)(e), the contracting authority also believes (having considered the position) that the proposed modification neither: (1) changes the overall nature of the contract; nor (2) extends its scope considerably; nor (3) is such as to mean that the original procurement would have attracted more or other bidders , or have affected the outcome, had the multimodal survey instrument featured in it.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fde7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013329-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£40,678,319 £10M-£100M

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
25 Oct 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
OFFICE FOR NATIONAL STATISTICS
Contact Name
Deryn Martin
Contact Email
deryn.martin@ons.gov.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

VERIAN GROUP LTD (WAS KANTAR PUBLIC

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-04fde7-2025-04-07T11:20:32+01:00",
    "date": "2025-04-07T11:20:32+01:00",
    "ocid": "ocds-h6vhtk-04fde7",
    "initiationType": "tender",
    "tender": {
        "id": "PU-23-0001",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Contract for the Provision of Crime Survey for England and Wales (CSEW)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Amendment of the Contract for the Provision of Crime Survey for England and Wales (CSEW) without prior publication for a call for competition in the cases listed below: The proposed amendment falls within the scope of the application of the Public Contracts Regulations 2015 (as amended) (\"PCR\"), Regulation 72(1)(f) and Regulation 72(5); and further (or alternatively), Regulation 72(1)(b) and 72(1)(e) of the PCR.",
        "lots": [
            {
                "id": "1",
                "description": "The contract will be amended to include additional services covering multi-modal survey design, including online questionnaire development and research services related to the implementation of an online survey. These additional service elements will realign the scope of the original contract to the contracting authority's current requirements and priorities, by providing comprehensive support for the creation and implementation of the online elements of the Crime Survey for England and Wales.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "reviewDetails": "Any objections to the proposed change must be submitted in writing to the contact person listed above within 10 days of the publication of this notice",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The inclusion of these additional services is necessary to meet the evolving needs of the project to deliver the contract for the provision of Crime Survey for England and Wales, and to ensure the successful completion of the objectives of that survey. The originally-awarded contract did not anticipate the need for the specific additional services covered by this notice (i.e. services covering multi-modal questionnaire design, including online questionnaire development and research services related to the implementation of an online survey), which have become essential due to changes in project requirements since the date when the contract was awarded. The work will be iterative, taking place in planned stages (discovery, alpha, beta) with pause and review taking place at each point, adjusting the course of online development as appropriate and to the extent necessary to implement the multimodal questionnaire successfully. Owing to the proposed modification producing efficiencies elsewhere in the delivery of the contract by the same supplier, the contracting authority expects that the value of the contract will not increase as a result of the implementation of the modification to which this notice relates. The contracting authority therefore believes that the proposed modification falls within the ground for modification permitted by Regulation 72(1)(f) and Regulation 72(5) of the PCR, and can therefore be implemented without a new award procedure. Further (or alternatively), but without prejudice to its belief in the applicability of Regulation 72(1)(f) and 72(5), the contracting authority believes that Regulation 72(1)(b) and/or 72(1)(e) of the PCR can also be relied on as also permitting the proposed modification. In the case of Regulation 72(1)(b), this is because the contracting authority believes that (i) the additional services have become necessary, and (ii) have to be provided by the same supplier. This is because efficiencies will be produced elsewhere in the delivery of the survey if the same supplier provides the additional services, thereby avoiding an increase in the aggregate cost of delivering the survey which would be likely if a separate supplier were to deliver the multimodal survey instrument with the existing supplier delivering the balance of the survey. Such efficiencies will thereby avoid significant inconvenience and/or substantial cost duplication for the contracting authority. For the purposes of Regulation 72(1)(e), the contracting authority also believes (having considered the position) that the proposed modification neither: (1) changes the overall nature of the contract; nor (2) extends its scope considerably; nor (3) is such as to mean that the original procurement would have attracted more or other bidders , or have affected the outcome, had the multimodal survey instrument featured in it."
    },
    "awards": [
        {
            "id": "013329-2025-PU-23-0001-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract for the Provision of Crime Survey for England and Wales",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-13663077",
                    "name": "Verian Group Ltd (was Kantar Public UK Limited)"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-139225",
            "name": "Office for National Statistics",
            "identifier": {
                "legalName": "Office for National Statistics",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Government Buildings, Cardiff Road",
                "locality": "Newport",
                "region": "UKL21",
                "postalCode": "NP108XG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Deryn Martin",
                "email": "deryn.martin@ons.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.ons.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-13663077",
            "name": "Verian Group Ltd (was Kantar Public UK Limited)",
            "identifier": {
                "legalName": "Verian Group Ltd (was Kantar Public UK Limited)",
                "id": "13663077",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "4 Millbank",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 3JA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "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-139225",
        "name": "Office for National Statistics"
    },
    "contracts": [
        {
            "id": "013329-2025-PU-23-0001-1",
            "awardID": "013329-2025-PU-23-0001-1",
            "title": "Contract for the Provision of Crime Survey for England and Wales",
            "status": "active",
            "value": {
                "amount": 40678319,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-26T00:00:00+01:00"
        }
    ],
    "language": "en"
}