Section one: Contracting authority
one.1) Name and addresses
The NHS Commissioning Board (operating under the name of NHS England)
2nd Floor, Rutland House
Runcorn
WA7 2ES
Contact
Procurement Manager
england.commercialqueries@nhs.net
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
General Practice Patient Survey (GPPS)
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The GP Patient Survey (GPPS) is an England-wide annual survey which has been running every year since 2007. It is sent to approximately 2.2 million people and asks about experiences of local primary care services including dentistry. Currently, the survey is ‘mixed mode’ and uses paper invitations and questionnaires with the option of completing the survey online (in the form of a link provided on a letter that individuals can type into their device and via SMS reminder messages).The survey currently provides data at national, Clinical Commissioning Group (CCG) and GP practice levels. It is used to understand performance at GP practice level as well as identifying emerging and ongoing national trends which feed into policy making. The GPPS is extensively used by NHS England and NHS Improvement (NHSEI), the Department of Health and Social Care (DHSC) and Care Quality Commission (CQC).
two.1.5) Estimated total value
Value excluding VAT: £14,074,697.60
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79311000 - Survey services
- 79300000 - Market and economic research; polling and statistics
- 79342311 - Customer satisfaction survey
- 79310000 - Market research services
- 79320000 - Public-opinion polling services
- 79342310 - Customer survey services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The survey not only provides data on key priorities such as access to general practice, but also provides insight about a wide range of other areas including health inequalities at a population level, a key focus of the NHS Long Term plan. The survey is also a key asset at local level, providing robust and comparable insight to local organisations and health systems about the performance of general practice.The cost of the survey has been rising significantly year on year as postal inflation is an issue and falling response rates are a challenge, so that there will always be a focus on finding ways to minimise costs, such as minimising reliance on paper and post.The current GPPS contract ends on 31st July 2021, NHS England intends to centrally commission a provider to run the survey from August 2021.At this stage we have the following working assumptions about the GP Patient Survey in a new contract:Methodology• That the survey will continue to be run on a yearly basis at GP practice level.• That the survey’s implementation will continue to be mixed mode – paper based and online. This is to minimise selection bias and ensure a key part of the population are not excluded. In addition, experiments in this area have found a drop-in response rate with increased online completion, which impacts on the ability to report robustly at GP Practice level.• The drive to increase online uptake will continue.Content• That the main focus of the survey will continue to be general practice but that the survey content reflects changing primary care contexts and policy priorities.Sampling• That the survey sampling criteria remains the same – those registered with a GP practice for at least six months, aged 16 and over.• That the survey sample will continue to be drawn from the Personal Demographic Service (PDS). Please note mobile telephone numbers and emails do not cover everyone in the sample (email approx. 25% and mobile telephone number 75%).• That the survey will continue to produce weighted data that are representative and comparable at GP practice level and that are also nationally representative.Data production• That the survey would be run to the existing timings including survey fieldwork January until early April and publication in July the same year.• That there would be the opportunity to report the survey based on other geographies such as STP and PCN. • The survey will require a certain sample size and/or confidence interval width at practice level which is defined in the ITT.
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: £14,074,697.60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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
n/a
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 184-445409
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will incorporate a standstill period at the point that information about the actual award of the contract is communicated to tenderers.That notification will provide information on the award decision. The standstill period, which will be for a minimum of ten (10) calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) provide remedies under statute for aggrieved parties.