Contract

Safeguarding Support for Covid-19 Inquiry

  • Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service

F03: Contract award notice

Notice identifier: 2024/S 000-009667

Procurement identifier (OCID): ocds-h6vhtk-03e4c6

Published 25 March 2024, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Safeguarding Support for Covid-19 Inquiry

Reference number

RM6355

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short 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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,267,134.42

two.2) Description

two.2.1) Title

Emotional Support for the UK Covid-19 Inquiry - Digital Offer

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312310 - Guidance services
  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

two.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

two.2) Description

two.2.1) Title

Emotional support services for the UK Covid-19 Inquiry - F2F, video and telephone offer

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312310 - Guidance services
  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

two.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

two.2) Description

two.2.1) Title

Emotional support services for the UK Covid-19 Inquiry - Staff support offer

Lot No

3

two.2.2) Additional CPV code(s)

  • 79633000 - Staff development services
  • 80511000 - Staff training services
  • 80570000 - Personal development training services
  • 85312310 - Guidance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

two.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.


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: 2023/S 000-026537


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 February 2024

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,267,134.42


Section six. Complementary information

six.3) Additional information

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.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom