Tender

ESCC SS - Domestic Abuse Refuge Service in East Sussex

  • East Sussex County Council (ESCC)

F02: Contract notice

Notice identifier: 2021/S 000-010149

Procurement identifier (OCID): ocds-h6vhtk-02af16

Published 10 May 2021, 3:48pm



Section one: Contracting authority

one.1) Name and addresses

East Sussex County Council (ESCC)

County Hall, St Annes Crescent

Lewes

BN7 1UE

Contact

Stephanie Saunders

Email

stephanie.saunders@eastsussex.gov.uk

Telephone

+44 1273481224

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.eastsussex.gov.uk

Buyer's address

https://in-tendhost.co.uk/sesharedservices/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Home

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

ESCC SS - Domestic Abuse Refuge Service in East Sussex

Reference number

ESCC - 032399

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

East Sussex County Council wants to commission a Strategic Partner to provide a safe accommodation service in East Sussex which gives victim/ survivors a strong sense of being in control of their lives, reduces incidents of harm relating to domestic abuse, and which is able to respond flexibly to changing legislation, needs and preferences. The service will support people who are at risk of, or fleeing from, domestic abuse to achieve greater independence, live in good quality, safe, temporary refuge accommodation and provide opportunities to enable their voices to be heard.Victim/ survivors who use Domestic Abuse Refuge Services in East Sussex will be from all over the UK, with priority given to East Sussex referrals (who may also be from out of county) when a vacancy in a refuge arises".Full details can be found in the Tender documents.

two.1.5) Estimated total value

Value excluding VAT: £6,157,543.35

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
  • 85311000 - Social work services with accommodation
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC

two.2.4) Description of the procurement

East Sussex County Council wants to commission a Strategic Partner to provide a safe accommodation service in East Sussex which gives victim/ survivors a strong sense of being in control of their lives, reduces incidents of harm relating to domestic abuse, and which is able to respond flexibly to changing legislation, needs and preferences. The service will support people who are at risk of, or fleeing from, domestic abuse to achieve greater independence, live in good quality, safe, temporary refuge accommodation and provide opportunities to enable their voices to be heard.Victim/ survivors who use Domestic Abuse Refuge Services in East Sussex will be from all over the UK, with priority given to East Sussex referrals (who may also be from out of county) when a vacancy in a refuge arises".

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: £6,157,543.35

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

Start date

1 November 2021

End date

31 October 2026

This contract is subject to renewal

Yes

Description of renewals

Retender approximately 18 months prior to end date.

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

11.2.6 Estimated Value includes extension and one-off sum of up to £338,802 which is ring-fenced to meet the costs of refurbishment of existing and/or additional buildings and includes a maximum annual uplift from Year 3 onwards of 2% or CPI which ever is the lowest.11.2.7 Contract Duration is for the certain period of 5 years. There will be a possible extension period up to 60 months


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

ExperienceCapacityCapability

three.1.2) Economic and financial standing

List and brief description of selection criteria

Regulation 57 of Public Contracts Regulations of 2015 (PCR15)mandatory and discretionary criteria.Economic and Financial Standing Criteria.Relevant Experience criteria

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

21 June 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

21 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Retender approximately 18 months prior to the end date.

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

II.1.5) value includes potential extension and is the maximum value. The total minimum value is GBP 3,015,702.00 The services to which this procurement relates fall within Chapter 3 Section 7 and Schedule 3 of PCR2015. As such, the procurement is being run as a process akin to the open procedure. However, the contracting authority does not intend to hold itself bound by any regulations except for those under Chapter 3 section 7 of PCR2015for light touch services. Please note that the Transfer of Undertaking (Protection of Employment) Regulations 2006 may apply and applicants should seek their own legal advice on this subject.Bidders will be required to complete a Undertaking of Confidentiality Agreement before Employee Liability Information and Management Agreements are shared with them.The Contracting Authority reserves the right to procure from the successful tenderer services consisting of the repetition of similar services entrusted to the successful tenderer in conformity with the terms of the original contract and as indicated in it, acting in accordance with Regulation 32(9) and (10).In addition, the Contracting reserves the right to procure additional services by the successful tenderer that have become necessary and were not included in the initial procurement, where a change of service provider (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, or (ii) it would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in costs to the authority as a result on them does not exceed 50% of the value of the original contract,Furthermore, the Contracting Authority reserves the right to make changes to the contract to be concluded which are not "substantial" for the purposes of Regulation 72 of PCR2015, and where (i) the need for changes has been brought about by circumstances which a diligent contracting authority could not have foreseen; and (ii) the change does not alter the overall nature of the contract; and in so far that (iii) any increase in costs to the authority as a result does not exceed 50% of the value of the original contract.

six.4) Procedures for review

six.4.1) Review body

Initial Appeal to the Procurement manager before appeal to Public Procurement Review Service.

London

BN7 1UE

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom