Contract notice

Information

Published

Date of dispatch of this notice: 23/09/2020

Expire date: 30/10/2020

External Reference: 2020-506181

TED Reference: 2020/S 188-455091

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34310&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Aftercare Services for Victims of Rape and Sexual Assault
Reference number:  CPA/SPU/1315P
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

On behalf of the Local Authorities, NHS England, the Police & Crime Commissioner for Cheshire (PCC) and the Chief Constable (CC); the PCC is looking to put in place an aftercare service for victims of rape or sexual assault in the Cheshire Constabulary policing area. The minimum requirements of the PCC, NHS England and Local Authorities are for a supplier to provide a solution for all ages incorporating a full time independent sexual violence advisor and initial counselling service within a multi-agency setting for those in the Cheshire constabulary policing area who have suffered sexual violence both within and outside of the criminal justice system, including non-recent cases.
II.1.5)

Estimated total value

Value excluding VAT: 2700000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85312300  -  Guidance and counselling services
85312310  -  Guidance services
85312320  -  Counselling services
II.2.3)

Place of performance

Main site or place of performance:  
Cheshire Constabulary Policing Area
II.2.4)

Description of the procurement

On behalf of the Local Authorities, NHS England, the Police & Crime Commissioner for Cheshire (PCC) and the Chief Constable (CC); the PCC is looking to put in place an aftercare service for victims of rape or sexual assault in the Cheshire Constabulary policing area. The minimum requirements of the PCC, NHS England and Local Authorities are for a supplier to provide a solution for all ages incorporating a full time independent sexual violence advisor and initial counselling service within a multi-agency setting for those in the Cheshire constabulary policing area who have suffered sexual violence both within and outside of the criminal justice system, including non-recent cases.
The service will need to incorporate:
• An ageless community counselling and therapeutic service for those suffering rape and sexual abuse.
• Specialist provision to meet the needs of children.
• Independent Sexual Violence Advisor (ISVA) Service (conventional and specialist)
• Delivery of training and awareness raising
The requirements include but are not restricted to the following:
• Safeguard individuals in Cheshire from sexual violence through minimising risks.
• Enable service users to address the effects of sexual assault/rape and reduce repeat incidents/victimisation.
• Provide a support service for anyone who has issues surrounding sexual assault or rape; to offer advice, counselling, family mediation and sign posting to other specific support services.
• Support the service user though the criminal justice system, if court proceedings are involved.
• To develop a person centred plan to address the needs of the individual to reduce service user's risk and improve their mental health, safety, well-being and independence for service users when identified as need.
• To allow service users to provide feedback that is used to influence future service delivery.
• To help enable individual service users to access their rights.
The Provider must:
• Participate in MARAC as appropriate.
• Work in partnership with other service providers in the area (IDVA, Drug and Alcohol services etc.)
• Work in close partnership with local safeguarding boards (adult and child).
• Develop and work in partnership with CCG’s.
• Develop effective relationships with other local charities operating in this sector to ensure the offer for service users is consistent.
• Work within a multi-agency setting to provide a pro-active holistic service to all victims of sexual assault or violence who have been referred or self-referred to the aftercare service.
• Work in partnership with the provider of forensic examination services and crisis care for Cheshire enabling a timely and seamless provision of care for victims and the sharing of information and good practice.
• Deliver training and awareness raising to professionals and the public which contribute to local and sub-regional prevention work
• Be an active part of the multi-agency safeguarding arena.
• Deliver basic training on sexual assault and violence to practitioners in Cheshire (and refresh as required)
• Undergo training and supervision to ensure specialist knowledge and continued professional development of staff.
• Work within local guidance and information sharing arrangements.
Full details are contained within the Specification and Requirements which is available as part of the ITT.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Service (overall ) - 9 sub criteria.- sub-weightings set out in ITT  /  Weighting:  80
Quality criterion  -  Name:  Scenarios (Overall) - 5 sub-criteria - sub-weightings set out in ITT  /  Weighting:  20
Cost criterion  -  Name:  Value for Money is part of the sub-criteria items under Service  /  Weighting:  0
II.2.6)

Estimated value

Value excluding VAT: 2700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2021  /  End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:  
There is an option to extend for a further 24 months (to 31 March 2026) in increments of not less than 6 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There is an option to extend for a further 24 months (to 31 March 2026) in increments of not less than 6 months.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Funding is currently available by contributions from Local Authorities, NHS England and the Police & Crime Commissioner, specifically for the Aftercare Service. The amount of funding available per annum is set out in the ITT. The estimated value provided in ii.2.6 of this Contract Notice is for the maximum 5 year term (3 years plus option to extend for 24 months).

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the tender documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 214-525485
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/10/2020
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/10/2020
Local time:  11:00
Place:  
Online within Bluelight e-Tendering System

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Corrigendum to the PIN reference 2020/S 159-389196
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK