Contract notice

Information

Published

Date of dispatch of this notice: 21/10/2020

Expire date: 04/12/2020

External Reference: 2020-589845

TED Reference: 2020/S 207-506338

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Police and Crime Commissioner for Devon & Cornwall and The Isles of Scilly
N/A
Police Headquarters, Middlemoor
Exeter
EX2 7HQ
UK
Contact person: Emma Ashforth
Telephone: +44 07525246759
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=35007&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

Strategic Partnership for the Delivery, Management and Development of a Victim Care Network
Reference number:  451C
II.1.2)

Main CPV code

85312300  -  Guidance and counselling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The PCC intends to establish a Strategic Partnership with a service provider who, in the initial stages of the Contract, will take on the management of the Victim Care supply chain currently in place to provide emotional and practical support to victims of a crime of all ages.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  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
II.2.3)

Place of performance

Main site or place of performance:  
Devon & Cornwall and The Isles of Scilly
II.2.4)

Description of the procurement

The PCC intends to establish a Strategic Partnership with a service provider who, in the initial states of the Contract, will take on the management of the Victim Care supply chain currently in place to provide emotional and practical support to victims of a crime of all ages.
Over the coming years the Contractor will be required to work concurrently to move the current approach to Victim Care from its current methodology to the strategic vision for the service. It is anticipated that this will be undertaken via a “Bi-Modal Supply Chain” approach a contract led requirement to a victim centred / focused service as and when required, for “the Delivery, Management and Development of a Victim Care Network”.
As the chosen strategic partner will be the conduit through which victim care monies will flow through to the victim care market it is anticipated that the successful bidder will develop wider supply chains that respond to the changing needs of victims. As such, the anticipated cumulative spend under this Contract will be in the region of £1.2m per annum for Year 1. However, given the nature of any grant funding, the Authority makes no guarantee of any minimum spend values and, as such, this Contract will be subject to fluctuations in the funding running through it. If, for any reason, funding is withdrawn at any stage during the Contract Term due to a change in Government or legislation then the Service will not be able to continue with effect from the date the funding is withdrawn.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2021  /  End: 31/03/2031
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

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:  Please see 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

Please see 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 : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 167-406026
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/12/2020
Local time:  12:00
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

Tender must be valid until:  04/08/2021
IV.2.7)

Conditions for opening of tenders

Date:  04/12/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

CEDR
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

CEDR
London
UK