Contract award notice

Information

Published

External Reference: 2022-520965

FTS Reference: 2022-033007

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Lorna Byne
Telephone: +44 1709334159
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Domestic Abuse Community Outreach Support
Reference number:  20-142
II.1.2)

Main CPV code

85300000  -  Social work and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

RMBC is seeking to procure a dynamic, proactive Domestic Abuse support, safety planning and advocacy service. The Service will deliver all aspects of a Domestic Abuse support service from the provision of advice and guidance, joint communications and campaigns, an accessible pathway into services, safety planning, ongoing support, and therapeutic services for all those affected by domestic abuse. The Service will give particular focus to women and families, men, mental health, housing, Black, Asian and Minority Ethnic (BAME) Communities and Lesbian, Gay, Bisexual, Transgender Queer/Sometimes Questioning (LGBTQ).
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  4400000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Main site or place of performance:  
Within the Borough of Rotherham
II.2.4)

Description of the procurement

RMBC is seeking to procure a dynamic, proactive Domestic Abuse support, safety planning and advocacy service. The Service will deliver all aspects of a Domestic Abuse support service from the provision of advice and guidance, joint communications and campaigns, an accessible pathway into services, safety planning, ongoing support, and therapeutic services for all those affected by domestic abuse. The Service will give particular focus to women and families, men, mental health, housing, Black, Asian and Minority Ethnic (BAME) Communities and Lesbian, Gay, Bisexual, Transgender Queer/Sometimes Questioning (LGBTQ).
This service is being commissioned to assist the Council to fulfil its statutory duties towards victims of domestic abuse and their children. Domestic Abuse is a priority for the Council, and its partners, through the Safer Rotherham Partnership, and the Council continues to prioritise domestic abuse through safeguarding existing budgets and through this contract.
Domestic Abuse continues to gain national focus, most recently through the introduction of the Domestic Abuse Act 2021 and in a wider sense as part of the overall drive to tackle Violence Against Women and Girls. Whilst this service will seek to provide Domestic Abuse Support to all individuals who need it, the Council continues to recognise that primarily domestic abuse is a form of violence perpetrated against women, by men.
This agreement is for the sole use of Rotherham Metropolitan Borough Council (RMBC).
The service will be subject to core and non-core contract activities as detailed in the contract documents.
Bidders are advised that the maximum budget available for the core provision of this contract is £440,000 per annum.
The contract may be subject to future additional funding sources throughout the lifetime of the contract, this non-core activity will be linked to any service or provision that meet the needs of or provide outcomes for the victims of domestic abuse. The non-core requirements as they arise will be subject to negotiation and agreement with the successful provider.
The non-core activity will form part of a framework contract for additional services which the Council may place orders for from time to time subject to additional funding.
The costs submitted by the bidder will be fixed and firm for the full duration of the initial 5-year contract term.
There will be no facility to uplift the contract price within the five-year contract period. Should the extension term be exercised, an uplift may be applied in line with the Consumer Price Index, should the provider apply for this within the terms of the contract. This will be applied to final year (year 5) costs.
It is anticipated that the contract will commence on 01/10/2022 and will run for a period of 60 months making the expiry date 30/09/2027. The contract will have an option to extend by a further 1 x 24-month period at the sole discretion of the Council making the latest possible expiry date 30/09/2029.
The Council is committed to a performance and evidence-based approach to Social Value and has partnered with the Social Value Portal (SVP) to assist in the delivery of this. Based on the National TOMs (Themes, Outcomes and Measures) developed by the Social Value Portal, bidders are required to propose credible commitments against which performance (for the successful bidder) will be monitored.
The incumbent supplier of this service considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 apply to this contract.
The tender process is being conducted under the Social and Other Specific Services procedure in accordance with the Public Contracts Regulations 2015 (as amended) (“the Regulations”), but mirrors a process similar to the Open Procedure.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70%
Quality criterion  -  Name:  Social Value  /  Weighting:  20%
Cost criterion  -  Name:  Pricing & Commercial  /  Weighting:  10%
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

For the purpose of this tender, the contact details of the Council’s primary contact are:
Name: Lorna Byne
Email Address: lorna.byne@rotherham.gov.uk
Telephone: 01709 334159

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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 FTS: 2022/S 000-005662
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Domestic Abuse Community Outreach Support

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

Award of contract

V.2.1)

Date of conclusion of the contract

04/10/2022
V.2.2)

Information about tenders

Number of tenders received:  2
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

Rotherham Rise
1141699
PO Box 769
ROTHERHAM
S60 9JJ
UK
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  4400000.00  GBP
Total value of the contract/lot:  4400000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The budget available for the core provision of this contract is £440,000 per annum, this equates to £2,200,000 for the full contract term.
The service may be subject to future additional funding sources throughout the lifetime of the contract, this non-core activity will be linked to any service or provision that meet the needs of or provide outcomes for the victims of domestic abuse. The non-core requirements as they arise will be subject to negotiation and agreement with the successful provider. The non-core activity will form part of a framework contract for additional services which the Council may place orders for from time to time subject to additional funding.
The core contract budget has been used as an estimate for the framework activity only and carries no guarantee of any orders placed.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4)

Service from which information about the review procedure may be obtained

High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK