Tender

Provision of Services relating to the Development of a Child Abuse Questionnaire and Safeguarding Procedures

  • Office for National Statistics

F02: Contract notice

Notice identifier: 2022/S 000-024531

Procurement identifier (OCID): ocds-h6vhtk-036500

Published 1 September 2022, 6:32pm



Section one: Contracting authority

one.1) Name and addresses

Office for National Statistics

Government Buildings, Cardiff Road

Newport

NP10 8XG

Contact

Commercial Services

Email

clare.jones@ons.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ons.gov.uk

Buyer's address

https://www.ons.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/ons/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/ons/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Non Departmental Body

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Services relating to the Development of a Child Abuse Questionnaire and Safeguarding Procedures

Reference number

PU-23-0084

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The aim of this research is to design two questionnaires and an appropriate safeguarding procedure. This will be based on topic knowledge, user requirements, cognitive testing with key participant groups, and engagement with topic experts and stakeholders. The requirement is defined as two questionnaires as it is essential prevalence estimates are produced for children aged 11 to 17 years and adults aged 18 to 25 years. However, we recognise there may be variations in the questionnaire across ages within these groups, such as the questions and survey text. Alongside this, an appropriate safeguarding procedure should be designed which successfully contributes to ensuring the participants are safe from others who may put them at significant risk of harm.

two.1.5) Estimated total value

Value excluding VAT: £275,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The aim of this research is to design two questionnaires and an appropriate safeguarding procedure. This will be based on topic knowledge, user requirements, cognitive testing with key participant groups, and engagement with topic experts and stakeholders. The requirement is defined as two questionnaires as it is essential prevalence estimates are produced for children aged 11 to 17 years and adults aged 18 to 25 years. However, we recognise there may be variations in the questionnaire across ages within these groups, such as the questions and survey text. Alongside this, an appropriate safeguarding procedure should be designed which successfully contributes to ensuring the participants are safe from others who may put them at significant risk of harm. ONS will be establishing a steering group to ensure stakeholders and key topic experts are consulted in the design and approach. The terms of reference for the group will be designed by ONS and the chair and secretariat (for example, hosting and minute taking) will also be provided by ONS. It is desirable that the supplier will be able to help recruit for the group based on their connections with experts in the field and collaborate with ONS in using this group to ensure a successful outcome for the project. Potential suppliers are encouraged to set out their ability to do so in their bid. The research has been split into two parts, A, and B. Although they focus on different aspects, the two parts of research are not independent of each other as they will need to be approached simultaneously to ensure the survey questions provide information needed for appropriate safeguarding to be administered. For part A, two final questionnaires should be provided that have undergone cognitive testing with key participant groups. The final deliverable includes a report detailing the: -text within the survey, such as the introduction to the survey and topics (which may vary by age)  -questions (which may vary by age)  -question ordering and routing (which may vary by age)  -survey length  -adaptations to include those with SEND  -derivations needed between questions to produce the required prevalence estimates  For part B, a safeguarding procedure should be provided in relation to part A. The final deliverable includes a report outlining the safeguarding procedure detailing: -any variations in its application across the devolved nations and encompassing regions  -any variations in its application across the different modes and ages  -the risks associated with the procedures   -operational requirements for its implementation  For both parts (A and B), the final report should also include: -feedback from the engagement with the steering group to provide evidence that the questionnaires and safeguarding procedures are fit for purpose  -evidence (including feedback from NSDEC) that the questions and safeguarding procedures would likely receive ethical approval when taken forward for the pilot  -findings from qualitative research or testing to provide evidence that the questionnaires and safeguarding procedures are fit for purpose  -reasoning behind the development  -recommendations for any further testing needed as part of a pilot  Please see Attachment 3- Statement of Requirements for more detailed information regarding the deliverables and information reporting, such as interim reports. This document can be viewed once registered on the In-Tend portal

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

14 November 2022

End date

31 January 2024

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

Date

17 October 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

17 October 2022

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

n/a

n/a

Country

United Kingdom