Safeguarding Support for Covid-19 Inquiry

A Tender Notice
by MINISTER FOR THE CABINET OFFICE (THE COVID INQUIRY) ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Contract (Services)
Duration
4 year
Value
£8M
Sector
HEALTH
Published
07 Sep 2023
Delivery
To 25 Mar 2028 (est.)
Deadline
05 Oct 2023 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

The Cabinet Office intends to 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. The contracts shall provide the offer of emotional support for everyone engaging with the Inquiry. The full specification is set out in Contract Schedule 2 (Specification), of the ITT.

Lot Division

1 Emotional Support for the UK Covid-19 Inquiry - Digital Offer
  • Value: £5M

Lot 1 will include 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. The full requirements for Lot 1 are set out in Contract Schedule 2 (Specification) of the ITT

2 Emotional support services for the UK Covid-19 Inquiry - F2F, video and telephone offer
  • Value: £3M

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 The full requirements for Lot 2 are set out in Contract Schedule 2 (Specification) of the ITT

3 Emotional support services for the UK Covid-19 Inquiry - Staff support offer
  • Value: £142K

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 The full requirements for Lot 3 are set out in Contract Schedule 2 (Specification) of the ITT

Renewal Options

The initial contract term will be for 24 months with the option to extend the contract for 2 separate periods of up to 12 months, a maximum overall contract term of 4 years (2+1+1).

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 79633000 - Staff development services
  • 80511000 - Staff training services
  • 80570000 - Personal development training services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are available.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other Information

Crown Commercial Service is acting as the Agent on behalf of the Authority. Places to be awarded is one per Lot. As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/adc50157-eda4-4f65-a768-db3515... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains