Tender

Domestic Abuse Safe Accommodation Service Including Refuge

  • Rotherham Metropolitan Borough Council

F21: Social and other specific services – public contracts (prior information notice with call for competition)

Notice identifier: 2025/S 000-004929

Procurement identifier (OCID): ocds-h6vhtk-04ce5c

Published 13 February 2025, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Angela Wilson

Email

Angela-proc.Wilson@rotherham.gov.uk

Telephone

+44 1709334551

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.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=88779&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88779&B=UK

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Domestic Abuse Safe Accommodation Service Including Refuge

Reference number

22-306

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

Rotherham Metropolitan Borough Council are seeking tenders from experienced organisations that are interested in providing Domestic Abuse Safe Accommodation Services including Refuge to support domestic abuse victims including their children with safe accommodation alongside domestic abuse support.

.

The Service will run for a period of four (4) years with the option to extend for up to a further 2 years and will commence on 1/10/2025.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

The Core contact will include a minimum of 8 units in a refuge provision and a minimum of 2 dispersed properties. The core refuge provision is a dedicated single sex space for women only and their children; the dispersed properties have no exclusion criteria. The services will provide specialist domestic abuse support. The service will support victims of domestic abuse to keep themselves and their dependents safe, to live independently, developing confidence, enabling participation in group work and social activities to combat loneliness and social isolation. Individuals will also be supported to gain the skills required to manage their tenancy and to participate as fully as possible in the local community. The Service will support victims and survivors to assess move-on options available to them and navigate positive and managed moves to a longer term, settled home, with accompanying safety plans.

.

The service will be a short-term arrangement, expected to be an average of between three and six months.

.

The core contract as described above will be a block contract.

.

In addition to the core contract valued at £250,000 per annum described above, the Council is looking to enter into a Single Provider Framework for non-core activity. 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 any additional funding. There is no commitment from the Council that any orders will be placed for non-core activity as a result of additional funding that is secured. The non-core activity value can be up to 100% of the core contract value.

.

Taking into account for the core and potential non-core activity, the total value range for all activity across the full 6-year contract duration is between £1,000,000 (core contract for initial 4-year term only) and £3,000,000 (inclusive of the core contract and any non-core activity over the 6 years).

.

Full details, are available at https://uk.eu-supply.com/login.asp?B=YORTENDER, which is the link to the (Mercell Eu-Supply) YORtender tender portal site. The specific ref for this event is YORtender Ref 94332

.

Please note, once this notice has been published, it can take up to 3 hours to appear on the YorTender portal.

.

IMPORTANT DATES FOR YOUR DIARY

14/03/2025 12 Noon Deadline for Clarification Questions

.

TECHNICAL ISSUES If you experience technical issues surrounding the use of the YORtender system you should request support from the system provider (Mercell) by logging a ticket at email: uksupport@eu-supply.com or telephone: 0800 840 2050. Please note office working hours are 09:00 – 17:00.

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract or the framework agreement

Start date

1 October 2025

End date

30 September 2031

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

The Framework will run from 1/10/2025 and will run for a period of 4 years with the option to extend by up to a further 2 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed within the Tender

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed within the tender


Section four. Procedure

four.1) Description

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This procurement is conducted under Section 7 (Regulations 74-76) of the Public Contracts Regulations 2015, applying the Light Touch Regime. The framework exceeds four years due to its direct link to the core domestic abuse services contract & the Council's statutory duty under the Domestic Abuse Act 2021 to provide support and accommodation. Further details are in Section 1V.1.11 of this notice.

four.1.11) Main features of the award procedure

This procurement follows the Light Touch Regime under Section 7 (Regulations 74-76) of the Public Contracts Regulations 2015, allowing flexibility in contract duration. The extended framework term supports the Council's statutory duty under the Domestic Abuse Act 2021 to provide accommodation-based support. Aligning it with the core contract ensures service continuity, housing stability, and long-term provider investment.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-000568

four.2.2) Time limit for receipt of expressions of interest

Date

26 March 2025

Local time

12:00pm

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

English

four.2.5) Scheduled date for start of award procedures

12 June 2025


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.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.

six.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

Country

United Kingdom