Opportunity

Procurement for Services related to COVID-19

  • Office for National Statistics

F02: Contract notice

Notice reference: 2021/S 000-001035

Published 19 January 2021, 9:54am



The closing date and time has been changed to:

1 March 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Office for National Statistics

Government Buildings, Cardiff Road

Newport

NP10 8XG

Contact

Darren Bone

Email

Darren.Bone@ons.gov.uk

Telephone

+44 1633582408

Country

United Kingdom

NUTS code

UKL21 - Monmouthshire and Newport

Internet address(es)

Main address

http://www.ons.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/ons/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/ons/aspx/Home

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Office for National Statistics


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement for Services related to COVID-19

Reference number

PU-21-0140

two.1.2) Main CPV code

  • 79311000 - Survey services

two.1.3) Type of contract

Services

two.1.4) Short description

The Office for National Statistics ('ONS') has a requirement to procure Services related to COVID-19. ONS was commissioned in April 2020 to conduct the COVID-19 Infection Survey collecting the data which informs HMG's policies and operational interventions regarding the COVID-19 pandemic. CIS is a repeated cross-sectional household survey with additional serial sampling and longitudinal follow-up which provides an estimate of the proportion and number of people living in private households who would have had COVID-19 in the last week based on trend modelling. The study is led by DHSC and ONS and draws on the world-leading scientific expertise of the University of Oxford. CIS is the flagship surveillance study and the key source of COVID-19 infection data, incidence and antibody prevalence in UK communities. We work with key stakeholder partners; PHE, PHS, PHW, the Joint Biosecurity Centre, Ministers, SAGE, and the wider UK Test & Trace programmes to inform required policy and operational interventions.

two.1.5) Estimated total value

Value excluding VAT: £1,100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 63521000 - Freight transport agency services
  • 72310000 - Data-processing services
  • 73000000 - Research and development services and related consultancy services
  • 79311100 - Survey design services
  • 79311210 - Telephone survey services
  • 79311300 - Survey analysis services
  • 79414000 - Human resources management consultancy services
  • 79600000 - Recruitment services
  • 85141000 - Services provided by medical personnel

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Authority requires a Prime Provider to supply and manage an integrated service for the CIS to households in England, Wales, Scotland and Northern Ireland to be made up of the Services listed below:

• Supply and integration of Study Workers to conduct fieldwork and their management, including the provision of trained phlebotomists

• The provision of data and Management Information

• Contact Centre

• Courier, Logistics and Warehousing

• Future Requirements as Options within the Contract

• The Provider, across the service and integration, will play a pivotal role in delivering the established survey activities but will also be required to adapt and be flexible in the way these are delivered. The pace and scale of change is not predictable, given the unprecedented nature, and hence the data required to support the response to the COVID-19 pandemic. The Provider's ability and contributions will be fundamental to support this.

Supply and Integration of Study Workers to Conduct Fieldwork and their Management - Overview

The Authority has a requirement for the delivery of all operational aspects of UK fieldwork for The Authority's COVID-19 Infection Survey throughout the period June 2021-March 2023. This will include overall responsibility of integration of all services, provision of underlying data infrastructure and data flows.

This shall include full survey and fieldwork management, including preparation of training material, recruitment of Study Workers who support participant self-administration of swabs, recruitment of phlebotomists as Study Workers for the collection of venous blood samples and to support participant self-administration of swabs, training and management of the Study Workers, provision of appointment scheduling, supply chain management, venous blood and swab sample management system, end-to-end data flow management, quality assurance, collation of management information, managing and resolving complaints and incident resolution, information security and overall service integration. With the health and safety of participants and staff the highest priority, of particular note is that this includes a key role leading a 'health and safety first' culture across the field operation.

The fieldwork shall cover England, Wales, Scotland and Northern Ireland and be adaptive to survey sample requirements. The anticipated field force size will need to be able to deliver circa 130,000 unique tests per week, to include study workers and trained phlebotomists. The Field Force will follow NHS guidance regarding protective equipment. The study parameters are estimated, and these may change due to epidemiological requirements. All parameters and study design are subject to medical ethics approval.

The survey is a large-scale operation and success depends on the ability to successfully align data collection resources to meet the participant testing requirement, completing the data collection to a high standard and ensuring both a high-quality respondent experience and integrity in the data flows that occur. The study shall recruit on average approximately 35,000 participants per month throughout the period until March 2023. During this time, the number of active participants will typically be approximately 450,000, although the study will only be testing at peak effort approximately 130,000 a week. All participants shall be swab tested and up to 20 % of participants shall also receive blood tests for antibodies. The number of Study Worker visits shall therefore scale accordingly based on an average household size of approximately 2 participants.

Contact Centre - Overview

The fieldwork shall be supported by a participant Contact Centre to assist with registration, data collection, complaints handling, queries and potential assisted digital completion support. Service is required 7 days a week and operate the following hours:

• Monday-Thursday - 9am-9pm

• Friday - 9am-8pm

• Saturday-Sunday - 9am-5pm

The current level of resource is around 150 full-time equivalent staff. The service must be able to flex to meet study demands.

Courier, Logistics and warehousing - Overview

The Supplier shall provide a courier, logistics and warehousing service to support the fieldwork, to arrange distribution of equipment from warehousing to field staff, and movement of biological material from the Field Workers to around 100 UK-wide local collection points, to the selected UK testing centres (lighthouse labs currently at Glasgow, Milton Keynes and Oxford) within 24-48 hours of collection, warehousing and picking and packing service for interviewer kits (estimated at 4000-7000 parcels a week) which will include swabs, PPE, testing equipment and other survey materials for supply through the duration of the study. The estimated storage space per month is between 250 and 350 pallets.

Options - Overview

The Authority has two potential future requirements that it would like the Tenderers to consider *:

• For the provision of an online data capture platform in order to facilitate online participant registration, consent, assent and interviews, which will be expected to allow around 100,000 individual completions per week across the whole of the UK and be integrated into the operational model.

• For the replacement of venous blood draw with capillary (finger prick) blood draw.

* Note that these will not form part of the tender evaluation

Medical Protocol Dependencies

The CIS is a medical research study which takes biological samples from participants and therefore falls under the remit of the Human Tissue Act. As such, it operates under a strict medical ethics Protocol, which details exactly how the research must be conducted and requires formal approval from an NHS Research Ethics Committee and also a study Sponsor, Oxford University. Any change to supplier or design must be agreed in advance and then approved by the Research Ethics Committee. This must be carried out before conducting the change of supplier or process, in addition study participants must also be informed, in writing, of any changes to the protocol before participants may be contacted by the new suppliers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

22

This contract is subject to renewal

Yes

Description of renewals

This contract is subject to renewal, with an option to renew on a 12 month basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Authority has a mandatory requirement for Tenderers to be able to demonstrate experience of implementing large scale (with participants to the order of 1000s) clinical research to Good Clinical Practice (GCP) standard, including compliance with requirements for material considered relevant under the Human Tissue Act and special category data under UK GDPR.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 229-565639

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 February 2021

Local time

1:00pm

Changed to:

Date

1 March 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 February 2021

Local time

12:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The requirement specified within the ITT may be subject to change during the procurement process at the Authority's discretion. The Authority shall ensure it undertakes an evaluation on a fair, open and transparent basis in line with the Public Contracts Regulations 2015.

There is a requirement for Tenderers to register on the e-sourcing platform (Intend) prior to securing access to the ITT.

six.4) Procedures for review

six.4.1) Review body

Office for National Statistics

Newport

Country

United Kingdom