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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom