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
stephanie.saunders@eastsussex.gov.uk
Telephone
+44 1273481224
Country
United Kingdom
NUTS code
UKJ22 - East Sussex CC
Internet address(es)
Main address
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom