To match an exact phrase, use quotation marks around the search term. eg. "Parliamentary Estate". Use "OR" or "AND" as link words to form more complex queries.


Keep yourself up-to-date with the latest developments by exploring our subscription options to receive notifications direct to your inbox

Written Question
Coronavirus: Death
Wednesday 25th October 2023

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask His Majesty's Government how many deaths occurred in each of the last 12 months where the cause of death was listed as COVID-19.

Answered by Baroness Neville-Rolfe - Minister of State (Cabinet Office)

The information requested falls under the remit of the UK Statistics Authority.

Please see the letter attached from the National Statistician and Chief Executive of the UK Statistics Authority.

The Rt Hon. the Lord Hain

House of Lords

London

SW1A 0PW

20 October 2023

Dear Lord Hain,

As National Statistician and Chief Executive of the UK Statistics Authority, I am responding to your Parliamentary Question asking how many deaths occurred in each of the last 12 months where the cause of death was listed as COVID-19 (HL10538).

The Office for National Statistics (ONS) is responsible for publishing statistics on deaths registered in England and Wales [1]. Figures for Scotland [2] and Northern Ireland [3] are the responsibility of National Records for Scotland and Northern Ireland Statistics and Research Agency, respectively.

Causes mentioned on the death certificate are converted to International Classification of Diseases 10th edition (ICD-10) codes, with the underlying cause of death defined as the disease or injury that initiated the events that directly lead to the death. The ICD-10 codes for COVID-19 are U07.1, U07.2, U10.9, U09.9.

Table 1 shows the number of deaths due to COVID-19 registered in England and Wales by month registered between October 2022 and September 2023.

Yours sincerely,

Professor Sir Ian Diamond

Table 1: Deaths due to COVID-19 by month and year of registration, England and Wales, registered October 2022 and September 2023 [4,5,6,7,8].

Month of registration

Deaths due to COVID-19

October 2022

1,648

November 2022

1,355

December 2022

1,204

January 2023

2,321

February 2023

1,240

March 2023

1,836

April 2023

1,351

May 2023

868

June 2023

516

July 2023

222

August 2023

438

September 2023

674

Source: Office for National Statistics

[1] https://www.ons.gov.uk/peoplepopulationandcommunity/birthsdeathsandmarriages/deaths/

[2] https://www.nrscotland.gov.uk/statistics-and-data/statistics/statistics-by-theme/vital-events/deaths

[3] https://www.nisra.gov.uk/statistics/births-deaths-and-marriages/deaths

[4] Figures are for deaths registered, rather than deaths occurring in each period.

[5] Figures are based on provisional data.

[6] Figures include the deaths of usual residents of England and Wales as well as those of nonresidents.

[7] Figures are based on deaths where COVID-19 (ICD-10 codes U07.1, U07.2, U10.9, U09.9) was the underlying cause of death.

[8] Deaths due to COVID-19 refers to deaths where COVID-19 was the underlying cause of death. The underlying cause of death is defined by WHO as the disease or injury that initiated the train of events directly leading to death.


Written Question
Cabinet Office: Bain and Company
Wednesday 9th February 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 25 January (HL5539), in respect of the Cabinet Office’s contract with Bain & Company, reference CCCC18A29-01, (1) what was the procurement process, (2) what work was delivered, and (3) what evaluation of the (a) quality, and (b) value for money, of that work they undertook at the completion of the contract.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

This question relates to two contracts with BAIN and Company (BAIN): CCCC18A29 and CCCC20A01. These contracts formed part of a portfolio of contracts managed by Cabinet Office in order to support Brexit and Transition Period work across government. The former contract was varied to include COVID-19 response work and was part of the cross-government response. Both contracts are now closed.

The below information is publicly available.

CCCC18A29 was a call-off contract, awarded following a further competition via a framework agreement. The contract was awarded for a total value of £20m and commenced in April 2018; this included a one year £10m extension option, which was exercised. Additionally, the contract was varied for an additional £5m in March 2019. In March 2020, this contract was extended for four additional months and varied to include COVID-19 response work. The contract ended in August 2019, with a total spend of £12.9m.

This contract was used to provide strategic advisory and analytical services to Departments, in regards to the planning and development of policies and programmes. The scope was limited to Brexit and Covid-19 response work.

Work was evaluated on a project by project basis at the business unit level to assess quality of outcomes. This fed into the Cabinet Office’s regular supplier performance reviews.

CCCC20A01 was a call-off contract, awarded following a further competition via a framework agreement. The contract was awarded for a total value of £30m and commenced in September 2020. This included a one year £10m extension option, which was not exercised. The contract was closed in August 2021, with a total spend of £1m.

This contract was used to provide strategic advisory and analytical services to Departments, in regards to the planning and development of policies and programmes. The scope was limited to Transition Period work.

Work was evaluated on a project by project basis at the business unit level to assess quality of outcomes. This fed into the Cabinet Office’s regular supplier performance reviews.


Written Question
Cabinet Office: Bain and Company
Wednesday 9th February 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 25 January (HL5539), in respect of the Cabinet Office’s contract with Bain & Company, reference CCCC18A29 L1 PSP2, (1) what was the procurement process, (2) what work was delivered, and (3) what evaluation of the (a) quality, and (b) value for money, of that work they undertook at the completion of the contract.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

This question relates to two contracts with BAIN and Company (BAIN): CCCC18A29 and CCCC20A01. These contracts formed part of a portfolio of contracts managed by Cabinet Office in order to support Brexit and Transition Period work across government. The former contract was varied to include COVID-19 response work and was part of the cross-government response. Both contracts are now closed.

The below information is publicly available.

CCCC18A29 was a call-off contract, awarded following a further competition via a framework agreement. The contract was awarded for a total value of £20m and commenced in April 2018; this included a one year £10m extension option, which was exercised. Additionally, the contract was varied for an additional £5m in March 2019. In March 2020, this contract was extended for four additional months and varied to include COVID-19 response work. The contract ended in August 2019, with a total spend of £12.9m.

This contract was used to provide strategic advisory and analytical services to Departments, in regards to the planning and development of policies and programmes. The scope was limited to Brexit and Covid-19 response work.

Work was evaluated on a project by project basis at the business unit level to assess quality of outcomes. This fed into the Cabinet Office’s regular supplier performance reviews.

CCCC20A01 was a call-off contract, awarded following a further competition via a framework agreement. The contract was awarded for a total value of £30m and commenced in September 2020. This included a one year £10m extension option, which was not exercised. The contract was closed in August 2021, with a total spend of £1m.

This contract was used to provide strategic advisory and analytical services to Departments, in regards to the planning and development of policies and programmes. The scope was limited to Transition Period work.

Work was evaluated on a project by project basis at the business unit level to assess quality of outcomes. This fed into the Cabinet Office’s regular supplier performance reviews.


Written Question
Cabinet Office: Bain and Company
Wednesday 9th February 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 25 January (HL5539), in respect of the Cabinet Office’s contract with Bain & Company, reference CCCC20A01-04, (1) what was the procurement process, (2) what work was delivered, and (3) what evaluation of the (a) quality, and (b) value for money, of that work they undertook at the completion of the contract.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

This question relates to two contracts with BAIN and Company (BAIN): CCCC18A29 and CCCC20A01. These contracts formed part of a portfolio of contracts managed by Cabinet Office in order to support Brexit and Transition Period work across government. The former contract was varied to include COVID-19 response work and was part of the cross-government response. Both contracts are now closed.

The below information is publicly available.

CCCC18A29 was a call-off contract, awarded following a further competition via a framework agreement. The contract was awarded for a total value of £20m and commenced in April 2018; this included a one year £10m extension option, which was exercised. Additionally, the contract was varied for an additional £5m in March 2019. In March 2020, this contract was extended for four additional months and varied to include COVID-19 response work. The contract ended in August 2019, with a total spend of £12.9m.

This contract was used to provide strategic advisory and analytical services to Departments, in regards to the planning and development of policies and programmes. The scope was limited to Brexit and Covid-19 response work.

Work was evaluated on a project by project basis at the business unit level to assess quality of outcomes. This fed into the Cabinet Office’s regular supplier performance reviews.

CCCC20A01 was a call-off contract, awarded following a further competition via a framework agreement. The contract was awarded for a total value of £30m and commenced in September 2020. This included a one year £10m extension option, which was not exercised. The contract was closed in August 2021, with a total spend of £1m.

This contract was used to provide strategic advisory and analytical services to Departments, in regards to the planning and development of policies and programmes. The scope was limited to Transition Period work.

Work was evaluated on a project by project basis at the business unit level to assess quality of outcomes. This fed into the Cabinet Office’s regular supplier performance reviews.


Written Question
Government Departments: Bain and Company
Tuesday 25th January 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answers by Lord True on 10 January (HL5119) and 18 January (HL5234, HL5235, HL5236 and HL5360), whether they will now answer the questions fully by (1) listing in the text of their answer the contracts they have entered into with Bain & Company since June 2010 and the lead department for each contract, and (2) setting out what assessment they have made, if any, of the report of the South African Judicial Commission of Inquiry into State Capture: Part 1, published on 5 January.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

Cabinet Office does not hold a central record of contracts awarded by departments.

Details of Government contracts above £10,000 are published on Contracts Finder (https://www.gov.uk/contracts-finder). Accounting records are required to be kept for six years.

Cabinet Office is considering the report of the South African Judicial Commission of Inquiry into State Capture: Part 1.


Written Question
Government Departments: Bain and Company
Tuesday 18th January 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 10 January (HL5119), whether they will now answer the question put, namely what plans they have to suspend the contracts of Bain & Company with government departments in light of the finding that Bain & Company acted "unlawfully".

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

Details of Government contracts above £10,000 are published on Contracts Finder: https://www.contractsfinder.service.gov.uk/Search.

Individual contracts will contain clauses covering the conditions under which a contract may be terminated. It is for the contracting authority to determine what those conditions may be.

The grounds for the exclusion of bidders from public procurement procedures are set out in the Public Contracts Regulations 2015. These rules set out the circumstances in which bidders must, or may, be excluded from a public procurement process. Individual contracting authorities are responsible for their own decisions on these matters.


Written Question
Government Departments: Bain and Company
Tuesday 18th January 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 10 January (HL5119), what assessment they have made of the report Judicial Commission of Inquiry into State Capture: Part 1, published on 5 January, in particular the finding that Bain & Company acted "unlawfully" and that legal proceedings should be taken against them.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

Details of Government contracts above £10,000 are published on Contracts Finder: https://www.contractsfinder.service.gov.uk/Search.

Individual contracts will contain clauses covering the conditions under which a contract may be terminated. It is for the contracting authority to determine what those conditions may be.

The grounds for the exclusion of bidders from public procurement procedures are set out in the Public Contracts Regulations 2015. These rules set out the circumstances in which bidders must, or may, be excluded from a public procurement process. Individual contracting authorities are responsible for their own decisions on these matters.


Written Question
Government Departments: Bain and Company
Tuesday 18th January 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 10 January (HL5119), what assessment they have made of the report Judicial Commission of Inquiry into State Capture: Part 1, published 5 on January, in particular the finding that Bain & Company acted "unlawfully"; and what plans they have to ensure that no government departments will enter into fresh contracts with Bain & Company.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

Details of Government contracts above £10,000 are published on Contracts Finder: https://www.contractsfinder.service.gov.uk/Search.

Individual contracts will contain clauses covering the conditions under which a contract may be terminated. It is for the contracting authority to determine what those conditions may be.

The grounds for the exclusion of bidders from public procurement procedures are set out in the Public Contracts Regulations 2015. These rules set out the circumstances in which bidders must, or may, be excluded from a public procurement process. Individual contracting authorities are responsible for their own decisions on these matters.


Written Question
Government Departments: Bain and Company
Tuesday 18th January 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government, further to the Written Answer by Lord True on 10 January (HL5119), what contracts were entered into since June 2010 with Bain & Company by (1) the Cabinet Office, and (2) other government departments.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

Details of Government contracts above £10,000 are published on Contracts Finder: https://www.contractsfinder.service.gov.uk/Search.

Individual contracts will contain clauses covering the conditions under which a contract may be terminated. It is for the contracting authority to determine what those conditions may be.

The grounds for the exclusion of bidders from public procurement procedures are set out in the Public Contracts Regulations 2015. These rules set out the circumstances in which bidders must, or may, be excluded from a public procurement process. Individual contracting authorities are responsible for their own decisions on these matters.


Written Question
Government Departments: Bain and Company
Monday 10th January 2022

Asked by: Lord Hain (Labour - Life peer)

Question to the Cabinet Office:

To ask Her Majesty's Government what assessment they have made of the report by the South African Judicial Commission of Inquiry into State Capture, published on 5 January, in particular its finding that Bain & Company acted "unlawfully"; and what plans they have to suspend the contracts of Bain & Company with government departments in light of this finding.

Answered by Lord True - Leader of the House of Lords and Lord Privy Seal

Individual contracts will contain clauses covering the conditions under which a contract may be terminated. It is for the contracting authority to determine what those conditions may be.

The grounds for the exclusion of bidders from public procurement procedures are set out in the Public Contracts Regulations 2015. These rules set out the circumstances in which bidders must, or may, be excluded from a public procurement process. Individual contracting authorities are responsible for their own decisions on these matters.