Commercial Services is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Survey Research, Fieldwork and associated activities for the 2015/16, 2016/17 and 2017/18 Crime Survey for England and Wales |
Notice type: | Contract Notice |
Authority: | Commercial Services |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | ONS is responsible for producing a wide range of key economic and social statistics. It makes statistics available so that everyone can easily assess the state of the nation, the performance of government and their own position. ONS operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire). The services under this contract provide for the research requirements and continuous fieldwork of the Crime Survey for England and Wales (CSEW) on which nationally representative crime statistics are based. The period of the contract is for the financial years 2015/16, 2016/17 and 2017/18. Services to be included are: SAMPLE DESIGN and CREATION: generate a nationally representative sample of households, adults and children within households, to be carried out on a continuous fieldwork basis to an agreed specification. QUESTIONNAIRE DEVELOPMENT:conduct an annual review of questions to be included on the CSEW including provision for qualitative research to improve or develop the questions and new research requirements. FIELDWORK: ensure fieldwork is conducted by appropriately trained interviewers using a CAPI script at respondents' homes. One adult will be randomly selected per household and where appropriate one child aged 10-15. OFFENCE CODING: all offences will need to be coded accurately and attached to the victim form. DATA PROCESSING: CSEW data will need to be processed on a quarterly basis and will include: the coding of open ended questions and classifications; generation of derived variables; the attachment of geographic identifiers, and; the generation of weights.DATA CLEANING:edit checks will be programmed into the questionnaire and additional checks incorporated post interview. DATA DELIVERY: data must be delivered within a specified time period and to an agreed format. |
Published: | 08/07/2014 15:37 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Office for National Statistics
Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
Tel. +44 1633456764, Email: pu.projects@ons.gsi.gov.uk, URL: www.statistics.gov.uk
Contact: pu.projects@ons.gsi.gov.uk, Attn: Mark Tovey
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: as above
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: Non Departmental Government Body
I.3) Main activity:
Other: Office for National Statistics is the contracting authority that provides UK statistical services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Survey Research, Fieldwork and associated activities for the 2015/16, 2016/17 and 2017/18 Crime Survey for England and Wales
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Market research services. Social research services. ONS is responsible for producing a wide range of key economic and social statistics. It makes statistics available so that everyone can easily assess the state of the nation, the performance of government and their own position. ONS operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire). The services under this contract provide for the research requirements and continuous fieldwork of the Crime Survey for England and Wales (CSEW) on which nationally representative crime statistics are based. The period of the contract is for the financial years 2015/16, 2016/17 and 2017/18. Services to be included are: SAMPLE DESIGN and CREATION: generate a nationally representative sample of households, adults and children within households, to be carried out on a continuous fieldwork basis to an agreed specification. QUESTIONNAIRE DEVELOPMENT:conduct an annual review of questions to be included on the CSEW including provision for qualitative research to improve or develop the questions and new research requirements. FIELDWORK: ensure fieldwork is conducted by appropriately trained interviewers using a CAPI script at respondents' homes. One adult will be randomly selected per household and where appropriate one child aged 10-15. OFFENCE CODING: all offences will need to be coded accurately and attached to the victim form. DATA PROCESSING: CSEW data will need to be processed on a quarterly basis and will include: the coding of open ended questions and classifications; generation of derived variables; the attachment of geographic identifiers, and; the generation of weights.DATA CLEANING:edit checks will be programmed into the questionnaire and additional checks incorporated post interview. DATA DELIVERY: data must be delivered within a specified time period and to an agreed format.
II.1.6)Common Procurement Vocabulary:
79310000 - Market research services.
79315000 - Social research services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The services are for the research requirements and continuous fieldwork of the Crime Survey for England and Wales to produce nationally representative Crime Statistics. The sample will be designed to achieve approximately 35,000 adult interviews and 3,000 child interviews per year across England and Wales. Service providers will be free to offer alternative solutions or variances on current solutions but must follow approved ONS standards and relevant legislation.
Estimated value excluding VAT: 12,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per ITT documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As per ITT documentation
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As per ITT documentation
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As per ITT documentation
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PU15/0008/R326358
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 120 - 213736 of 26/06/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 26/08/2014
Time: 17:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 12
IV.3.8)Conditions for opening tenders
Date: 27/08/2014
Time: 10:00
Place:
Newport
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Newport:-Market-research-services./V878JP74HC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V878JP74HC
GO-201478-PRO-5796973 TKR-201478-PRO-5796972
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Office for National Statistics
Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
Tel. +44 1633456633, Email: pu.projects@ons.gsi.gov.uk
VI.4.2)Lodging of appeals: ONS will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from ONS before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact point shown in I.1. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order ONS to amend any document and may award damages. If a contract has been entered into, the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 08/07/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Newport: Market research services.
I.1)Name, Addresses and Contact Point(s):
Office for National Statistics
Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
Tel. +44 1633456764, Email: pu.projects@ons.gsi.gov.uk, URL: www.statistics.gov.uk
Contact: pu.projects@ons.gsi.gov.uk, Attn: Mark Tovey
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: as above
I.2)Type of the contracting authority:
Other: Non - Departmental Government Body
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Survey Research, Fieldwork and associated activities for the 2015/16, 2016/17 and 2017/18 Crime Survey for England and Wales
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Market research services. Social research services. ONS is responsible for producing a wide range of key economic and social statistics. It makes statistics available so that everyone can easily assess the state of the nation, the performance of government and their own position. ONS operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire). The services under this contract provide for the research requirements and continuous fieldwork of the Crime Survey for England and Wales (CSEW) on which nationally representative crime statistics are based. The period of the contract is for the financial years 2015/16, 2016/17 and 2017/18. Services to be included are: SAMPLE DESIGN and CREATION: generate a nationally representative sample of households, adults and children within households, to be carried out on a continuous fieldwork basis to an agreed specification. QUESTIONNAIRE DEVELOPMENT:conduct an annual review of questions to be included on the CSEW including provision for qualitative research to improve or develop the questions and new research requirements. FIELDWORK: ensure fieldwork is conducted by appropriately trained interviewers using a CAPI script at respondents' homes. One adult will be randomly selected per household and where appropriate one child aged 10-15. OFFENCE CODING: all offences will need to be coded accurately and attached to the victim form. DATA PROCESSING: CSEW data will need to be processed on a quarterly basis and will include: the coding of open ended questions and classifications; generation of derived variables; the attachment of geographic identifiers, and; the generation of weights.DATA CLEANING:edit checks will be programmed into the questionnaire and additional checks incorporated post interview. DATA DELIVERY: data must be delivered within a specified time period and to an agreed format.
II.1.5)Common procurement vocabulary:
79310000 - Market research services.
79315000 - Social research services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 12,726,459
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Statement of Requirements (Section 5) - 35
Security & Confidentiality (Section 7) - 10
Programme Management & Risk Management (Section 8) - 35
Quality Management (Section 9) - 10
Contrcat Management & Governance (Section 11) - 10
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PU15/0008/R326358
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2014/S 120 - 213736 of 26/06/2014
Contract notice
Notice number in OJ: 2014/S 132 - 236649 of 12/07/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: TNS UK Ltd
Postal address: TNS House,, Westgate, W5 1UA
Town: London
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=131958687
GO-2015625-PRO-6719514 TKR-2015625-PRO-6719513
VI.3.1)Body responsible for appeal procedures:
Office for National Statistics
Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
Tel. +44 1633456633, Email: pu.projects@ons.gsi.gov.uk
VI.3.2)Lodging of appeals: ONS will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from ONS before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact point shown in I.1. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order ONS to amend any document and may award damages. If a contract has been entered into, the Court may only award damages.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 25/06/2015