Opportunity

Conversion Therapy - Victim Support Service

  • The Cabinet Office

F02: Contract notice

Notice reference: 2022/S 000-004083

Published 11 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Cabinet Office

Sanctuary Buildings, 20 Great Smith Street

London

SW1P 3BT

Email

ctconsultation@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Conversion Therapy - Victim Support Service

Reference number

RM6324

two.1.2) Main CPV code

  • 72253000 - Helpdesk and support services

two.1.3) Type of contract

Services

two.1.4) Short description

The Cabinet Office (the “Authority”), is seeking to establish a contract for the provision of Conversion Therapy Victim Support Service.

Suppliers will be required to provide the Deliverables (services) set out in the Specification. The full Specification is set out in the Invitation to Tender (ITT).

two.1.5) Estimated total value

Value excluding VAT: £360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority requires the development, set-up and operation of a helpline and website that will direct clients to relevant, existing services and provide initial pastoral support to individuals who have gone through, are going through, or are at risk of conversion therapy practices. The helpline and website will be collectively known as the Conversion Therapy Victim Support Service. The service will be required to direct clients to existing support and to provide information and, when necessary, direct support to vulnerable persons, whilst the website will be expected to provide public information and resources on the topic of conversion therapy.

That the service required provides guidance and signposting to relevant services that users may require, such as counselling, options for making a report to the police, and other public services such as emergency housing. The service should also provide support to professionals who may be concerned about an instance of conversion therapy and are seeking support on what action to take.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £360,000

two.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

The duration of the contract is for 24 months with the option to extend for a further 12 months at the discretion of the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

The value in II.2.6 is an indicative value over 36 months. The breakdown is as follows:

2022-2023 - £120k

2023-2024 - £120k

2024-2025 - £120k *

*Optional 3rd year extension.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031976

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 February 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 February 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please refer to the following link for the Contracts Finder Notice: https://www.contractsfinder.service.gov.uk/Notice/0a9a62e1-3b86-4264-b14f-82a8b0649b31

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

The Supplier is required to submit prior to the Contract Award date all the due certificates, statements and other means of proof requested in the ITT.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/