Section one: Contracting authority
one.1) Name and addresses
Care Quality Commission
Citygate, Gallowgate
Newcastle upon Tyne
NE1 4PA
Contact
Commercial & Contracts Team
commercialcontracts@cqc.org.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
RM6126 DPS Call Off Contract for NHS Patient Survey Programme
Reference number
CQC I&D 027
two.1.2) Main CPV code
- 79310000 - Market research services
two.1.3) Type of contract
Services
two.1.4) Short description
DPS Call-Off contract for a Survey Co-ordination Centre supplier for the Survey Programme – developing, co-ordinating and analysing data from approximately five national patient experience surveys.
CQC collects, analyses and uses a range of data about people’s experiences of care. A significant volume of that information comes from people who have recently used NHS services and are asked about their experiences as part of the NHS Patient Survey Programme. The programme is designed to systematically capture the views of representative samples of patients from all eligible NHS trusts in England. Each survey contains questions that are designed and tested to provide insight into fundamental aspects of people’s experiences and to highlight areas where individual providers and systems could improve how they provide services.
The programme currently includes annual surveys of adult inpatients and community mental health services. CQC also undertakes three acute surveys on a biennial schedule: maternity services, urgent and emergency department services and children’s and young people’s inpatient and day case services.
Typically, the surveys are sent to a sample of between 850 – 1,250 patients, who meet specific eligibility criteria, per provider. The sample is drawn from people who have experienced care during a specified time period, and on average between 25% and 50% of eligible patients respond. The Programme is switching to online first methods of administering questionnaires, with use of supplementary SMS reminders to encourage online completion.
The results of these surveys, including local and national reports, are published on CQC’s own website and NHS Surveys, along with the guidance and tools used to deliver the survey.
Supporting CQC’s commitment to increase the use of people’s experiences at the centre of regulation, it is likely adjuncts to the NHS Patient Survey Programme will emerge over the life of this contract and it will be important to engage with innovation and opportunities to ensure patient experience is collected and used in the most expedient way to maximise the impact and value of data for regulation and service improvement. During the life of the contract it will also be important to extend use of data to look at people’s experiences of integrated care.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,560,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79311200 - Survey conduction services
- 79311300 - Survey analysis services
- 79311000 - Survey services
- 79320000 - Public-opinion polling services
- 79311210 - Telephone survey services
- 79315000 - Social research services
- 79311100 - Survey design services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
England
two.2.4) Description of the procurement
This procurement was undertaken the Crown Commercial Service (CCS) Research and Insights Dynamic Marketplace DPS (RM6126) following a further competition process.
The contract is awarded for an initial period of 24 months with an option to extend for up to 24 months.
Total Awarded Value is the maximum of all charges including all optional contract extensions.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for up to a further 24 months for a total contract term of 48 months including optional extension.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 000-027493
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 May 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Picker Institute Europe
Suite 6, Fountain House John Smith Drive
Oxford
OX4 2JY
Telephone
+44 1865208100
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
National registration number
03908160
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £4,560,000
Total value of the contract/lot: £4,560,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court (Technology and Construction Court)
Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals/technology-and-construction-court