Opportunity

The National Survey for Wales 2023-24 onwards

  • Welsh Government

F02: Contract notice

Notice reference: 2022/S 000-010104

Published 14 April 2022, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

Email

cpsprocurementadvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://wales.gov.uk/?skip=1&lang=en

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

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

https://etenderwales.bravosolution.co.uk/web/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/

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://etenderwales.bravosolution.co.uk/web/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The National Survey for Wales 2023-24 onwards

Reference number

C394/2021/2022

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Welsh Government requires a contract to deliver the National Survey for Wales from 2023-24 onwards. Under the Contract, the successful Bidder will conduct fieldwork for the National Survey from March 2023 until March 2028 (with the option to delay fieldwork start to October 2023, and/or delay fieldwork end to March 2029 or March 2030), and to supply the resulting data files to the Client along with technical documentation. The survey will be a continuous annual survey of around 12,000 people a year across in Wales. Fieldwork will be carried out primarily by telephone, with an additional online self-completion section in some years. Where respondents cannot be contacted by phone, interviewers may visit addresses and if possible carry out the survey face-to-face, in home (with a computerised self-completion section in some years).

two.1.5) Estimated total value

Value excluding VAT: £17,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 73110000 - Research services
  • 73300000 - Design and execution of research and development
  • 79310000 - Market research services
  • 79311210 - Telephone survey services
  • 79315000 - Social research services
  • 79342310 - Customer survey services
  • 79342311 - Customer satisfaction survey

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The survey will cover a representative, random sample of all people aged 16 or over (no upper age limit) resident within private households in Wales. The address sample will be a single-stage sample across Wales. Within each sampled household, where there are two or more eligible individuals the interviewer will select the respondent using a random selection technique. Approximately 12,000 interviews should be achieved in each financial year, unclustered across the year. The sample should be sufficiently representative within quarters to support national estimates based on each quarter.

The survey will provide results each year primarily at national, regional and local health board level, but will also support estimates at local authority level. The achieved sample size will be broadly proportionate to population size in each local authority, with over-sampling to achieve an effective sample size of approximately 750 respondents a year in Powys and 250 a year in the smallest authorities.

A modular questionnaire will be administered to each participating respondent. The questionnaire will be updated each year. The questionnaire will take 40 minutes to complete (median average across respondents). The survey will be carried out primarily by telephone, with a face-to-face, in-home interview for respondents who do not provide a phone number. In some years there will also be a 10-15 minute self-completion section within the overall 40 minute survey length, either online (for respondents who complete the first section by telephone) or by Computer-Assisted Self-Interview (CASI; for respondents completing the first section face-to-face).

Filtering and random subsampling of modules will be used to collect data only to the necessary level of precision for each topic. This means that for example where estimates are only needed at national level, a random subsample will be selected from the whole sample such that 2,000 respondents answer the relevant questions. The questionnaires supplied by the Client will be converted by the successful Bidder into computer scripts for fieldwork. Conversion of the materials will include detailed testing of the script by the successful Bidder. The successful Bidder will supply data files, including weights, for each fieldwork year to the Client by early May after the end of that fieldwork year. Data files will then be reviewed by the Client. The successful Bidder will revise them as necessary by mid May for sign-off by the Client by early June. The technical report relating to that fieldwork year will be supplied to the Client by mid May, to be revised and signed off by early June.

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: £17,600,000

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

Duration in months

76

This contract is subject to renewal

Yes

Description of renewals

The contract will include options to extend by 1 or 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Please refer to the tender specification document for further details.

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

II.2.6) Estimated value - the estimated maximum value figure GBP 17600000 includes VAT and the costs of the core and optional requirements of the initial contract term and the optional extension periods.

II.2.7) Duration

The initial contract term is 6 years and 4 months, with the option to extend by 1 or 2 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.2) Contract performance conditions

as stated in the tender documents

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: 2021/S 000-031869

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

Date

23 June 2022

Local time

2:00pm

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 June 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 years 4 months to 8 years 4 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

E-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_49822, itt_93348.

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

II.2.6) Estimated value

Total estimated maximum value figure GBP 17600000 including VAT

The potential total value of the Contract for the core requirements is estimated to be a maximum of GBP 10m (excluding VAT) over the 6 year 4 month duration. The potential value for the core requirements for the possible extension (of up to two years) is estimated to be an additional GBP 1.9m (excluding VAT) a year.

The maximum budget for the core requirements is GBP 0.5m in 2022-23 and GBP 1.869m per financial year thereafter (excluding VAT, and including inflation over the life of the Contract). Note that the maximum budget is lower if option (i) to delay fieldwork start is taken up: GBP 0.1m in 2022-23, 1.657m in 2023-24, and then 1.869m a year thereafter.

In addition, subject to the Client’s ongoing contract requirements, should all of the additional optional elements be required during the contract term the maximum additional budget for all optional elements on top of the core budget set out above is GBP 750k excluding VAT over the life of the contract.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118904

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Community Benefits will be non-core.

(WA Ref:118904)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom