Contract notice

Information

Published

Expire date: 17/10/2022

External Reference: 2022-501824

FTS Reference: 2022-022511

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

7 Forces Commercial Services
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Claire Baxter
Telephone: +44 01474366658
NUTS code:  UK -  UNITED KINGDOM
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=51476&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

Victim Referral and Support Service
Reference number:  7F-2021-C065
II.1.2)

Main CPV code

85312300  -  Guidance and counselling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Police and Crime Commissioners (PCCs) are responsible for delivering an effective and efficient Police Force in their area and reducing crime. They have several statutory responsibilities including ensuring that victims have a voice and bringing together partners including Community Safety Partnerships (CSPs) and criminal justice partners to achieve the shared objectives of tackling crime and disorder and supporting victims. In addition, (PCCs) have a statutory responsibility for commissioning support services for victims of crime, regardless of whether that crime has been reported to the Police. These services should include but not be limited to,
• A referral and support service for all victims of crime.
• Therapeutic services.
• Helpline or live chat support.
• Tailored or specialist support for specific groups, needs or risks.
II.1.5)

Estimated total value

Value excluding VAT: 10450000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 – Kent Victims’ Advocacy and Support Service
Lot No:  1
II.2.2)

Additional CPV code(s)

85312400  -  Welfare services not delivered through residential institutions
98000000  -  Other community, social and personal services
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
Main site or place of performance:  
Compass House, Ashford, Kent
II.2.4)

Description of the procurement

Lot 1 – Kent Victims’ Advocacy & Support Service
This service must provide a needs and risk led approach, which has a strong evidence base that is also trauma informed. The service should be available to all victims of recorded crime who are resident in Kent, including children and young people regardless of when the crime took place or if it has been reported to the Police. If reported to the Police support must be available at all stages of the criminal justice process and beyond. If not reported to the Police, the service must be accessible and available at the point the victim wishes to seek support.
Lot 1 contract length: 4 years with an option to extend by a further 3 periods of 12 months.
Estimated Contract Value per annum: £1,000,000
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: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Option to extend by a further 3 periods of 12 months.
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
II.2)

Description

II.2.1)

Title

Lot 2 – Essex Victim Referral and Support Service
Lot No:  2
II.2.2)

Additional CPV code(s)

85312400  -  Welfare services not delivered through residential institutions
98000000  -  Other community, social and personal services
II.2.3)

Place of performance

NUTS code:  UKH3 -  Essex
II.2.4)

Description of the procurement

The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and to increase levels of victim satisfaction and public confidence in the police and criminal justice system. It is also expected to support the PFCC to deliver against the priorities above, specifically promoting restorative justice, ensuring compliance with the victims’ code, encouraging reporting, providing tailored support to victims, and referring victims to specialist services.
Lot 2 contract length: 3 years with an option to extend by a further 3 periods of 12 months.
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: 3450000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Option to extend by a further 3 periods of 12 months.
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:  Criteria as stated in the procurement documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As detailed in the specification and tender documentation.

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/10/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  17/10/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055

VI.4.4)

Service from which information about the review procedure may be obtained

High Court
The Strand
London
WC2A 2LL
UK