Contract award notice

Information

Published

Date of dispatch of this notice: 02/02/2021

External Reference: 2021-575763

TED Reference: 2021/S 025-062998

Contract award notice

Contract award notice

Results of the procurement procedure

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: Eyan Naylor
Telephone: +44 07525246603
Internet address(es):
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.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  127694.09  GBP
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.
It should be noted that the Victim Services Budget allocation for the period will be spent Via the winning bidder through supply chains they establish - hence their bid only reflects the cost to support the service not the full budget allocation the OPCC will spend via their newly established supply chain partners
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

Criteria below
Quality criterion  -  Name:  QUALITY CRITERIAN LISTED IN ITT  /  Weighting:  60%
Price  -  Weighting:  40%
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
II.2.14)

Additional information

It should be noted that the Victim Services Budget allocation for the period will be spent Via the winning bidder through supply chains they establish - hence their bid only reflects the cost to support the service not the full budget allocation the OPCC will spend via their newly established supply chain partners as they will take no element of the supply chain spend.

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: 2020/S 207-506338

Section V: Award of contract

Contract No: 1

Title: Strategic Partnership for the Delivery, Management and Development of a Victim Care Network

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/12/2020
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

VICTIM SUPPORT
02158780
1 Bridge Street,
Derby
DE1 3HZ
UK

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  127694.09  GBP

Section VI: Complementary information

VI.3)

Additional information

The Winning bidder will act as a strategic partner who will facilitate the spending (with established and new supply chains) of the OPCC victim care budget throughout the period of the contract. For this the Bidder will receive a Service provision cost (Cost to serve) but will NOT take any aspect of the Victim care budget spent through the supply chains it facilitates the establishment of.
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