Opportunity

Sexual Violence Services Redesign

  • Mayor's Office For Policing & Crime

F02: Contract notice

Notice reference: 2023/S 000-004941

Published 17 February 2023, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Mayor's Office For Policing & Crime

169 Union Street

Southwark

SE1 0LL

Contact

Amanda Fearing

Email

SVReform@mopac.london.gov.uk

Telephone

+44 7563375589

Country

United Kingdom

NUTS code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.london.gov.uk/programmes-and-strategies/mayors-office-policing-and-crime-mopac

Buyer's address

https://www.london.gov.uk/programmes-and-strategies/mayors-office-policing-and-crime-mopac

one.3) Communication

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

https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime/services-we-fund/current-mopac-and-vru-bidding-opportunities

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime/services-we-fund/current-mopac-and-vru-bidding-opportunities

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Sexual Violence Services Redesign

two.1.2) Main CPV code

  • 85000000 - Health and social work services
    • DA28 - Social service
    • DA30 - Counselling

two.1.3) Type of contract

Services

two.1.4) Short description

MOPAC is responsible for commissioning a range of services for victims of crime in London. In so doing, MOPAC is committed to evolving the support available to victims in London and

in ensuring limited resources are being utilised effectively to meet rising levels of demand.

The drivers for the current challenges facing the sexual violence services include rising levels of demand and complexity of cases which are being exacerbated by delays in police investigations and court backlogs as well as workforce issues stemming from these collective pressures. Concurrently, transformation programmes are underway in both how the police and CPS deal with sexual violence as well as the NHS-led Sexual Assault Referral Centres.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75230000 - Justice services
  • 75240000 - Public security, law and order services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

MOPAC and partners are now looking to work alongside a professional consultant who will co-produce a new, user-centred Target Operating Model (TOM) for sexual violence services in London and develop a plan with partners to implement the new model (Transition Plan).

The Target Operating Model should be informed by Dynamic Demand and Capacity Modelling and be significantly shaped by the input of service users with lived experience. Both the Target Operating Model and the Transition Plan must be designed with, and supported by, MOPAC's Key Statutory and VCSE Partners as well as supplement and enhance the work of the transformation programmes taking place in how the criminal justice system and health services are responding to sexual violence.

The Potential Provider must exhibit excellent data science, user-led service design, stakeholder management and communication skills in working alongside MOPAC and Key Partners to deliver the following objectives:

• Provide a thorough and dynamic demand and capacity model to enable a shared understanding of how well existing services are meeting demand as well as to test how different operating models would affect the capacity of services in London to meet demand

as part of agreeing the TOM;

• Development of realistic and sustainable options co-produced by service users (and advocates for service users) for meeting the demand for sexual violence services in London within existing resources and which compliments and supports the work of in train transformation programmes of both services and statutory provision, including (but not limited to) Operation Soteria Bluestone and the Havens One Site model;

• Assist decision makers to understand the costs, benefits, and risks of the potential models;

as well as any limitations of the available evidence base, critical dependencies, and the margin for error in the calculations to inform effective decision making on the future of victim

care;

• Assist in securing broad partnership support for the new approach to commissioned sexual violence services in London through a robust evidence base;

• Map out a clear and deliverable route to establishing the TOM, including potential procurement routes; and

• Provide a sufficient basis for the management, monitoring and evaluation to enable MOPAC and partners to proceed with implementation of the TOM.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

17 April 2023

End date

29 September 2023

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Linked to PIN 034808-2022

Opportunity is LIVE, documents can be accessed at: https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime/services-we-fund/current-mopac-and-vru-bidding-opportunities


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

See tender documents.

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2023/S 000-000416

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

Date

20 March 2023

Local time

10:00am

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 March 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom