Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
Daren Mills
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Homicide Services 2023 - 2027
two.1.2) Main CPV code
- 75230000 - Justice services
two.1.3) Type of contract
Services
two.1.4) Short description
Support Eligible People affected by Homicide and those who have been an eyewitness to Homicide, by providing emotional, practical, advocacy, and peer support, as well as access to other services, tailored according to the individual's needs to help them cope, and as far as possible, recover from the impact.
Support individuals residing in England and Wales following a homicide, whether committed at home or abroad (in overseas cases, the Service will provide support where the deceased is a British National). This does not include those bereaved by road traffic crime (other than vehicular murder or manslaughter).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £21,770,980
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• Deliver an effective Service for Family Members bereaved by Homicide, and Eyewitnesses of Homicide, by providing caseworkers who offer a full range of Emotional, Practical, Advocacy and Peer Support to help them cope, and as far as possible, recover from the impact;
• deliver an effective Service for Children and Young People outside of those defined as Family Members who are affected by, or those who are an Eyewitness to, a Homicide by providing Outreach Support for Children and Young People in the Community, in the immediate aftermath of a Homicide or Major Incident;
• ensure an inclusive and accessible Service for all Eligible People, regardless of when the Homicide occurred, and proactively explore ways in which the Service can remove barriers for Eligible People;
• ensure Eligible People are able to access the Service free of charge;
• deliver support through a combination of face-to-face and digital and remote services, allowing choice in the support provided according to the needs of the User;
• offer a consistent level of high quality support across England and Wales, including ensuring access to a translator for other languages as required by each User;
• offer targeted support for bereaved Children and Young People, or those who are an Eyewitness to a Homicide, to address the impact of Adverse Childhood Experiences;
• possess the flexibility, adaptability and resilience to respond to new challenges and changing environments;
• ensure all Staff, Volunteers and Sub-Contractors, receive appropriate vetting and training to deliver effective support to Users, including training to support those that have experienced or are experiencing trauma;
• ensure support is delivered to Users safely by ensuring all Staff and Volunteers conduct a risk assessment, for example, prior to home visits, or meetings in public spaces such as schools or community centres;
• process User information in line with any information sharing obligations required by the Authority, Key Stakeholders and Sub-Contractors, and work closely with the Authority, Key Stakeholders and Sub-Contractors as necessary to consider alternative approaches to data sharing;
• work closely with Key Stakeholders and relevant third parties, such as criminal justice agencies and support services, both nationally and locally, to improve engagement and awareness of the Service, and to improve the User experience; and
• ensure Staff and Volunteers are able to access Clinical Supervision and support to enable their development and protect their wellbeing and resilience.
two.2.5) Award criteria
Quality criterion - Name: Capability / Weighting: 10
Quality criterion - Name: Service / Weighting: 25
Quality criterion - Name: Delivery / Weighting: 10
Quality criterion - Name: Benefits Realisation / Weighting: 15
Quality criterion - Name: Digital Channels / Weighting: 5
Quality criterion - Name: Manage Transition / Weighting: 10
Quality criterion - Name: Staffing and Recruitment / Weighting: 5
Quality criterion - Name: Managing the Contract / Weighting: 5
Quality criterion - Name: Efficiencies / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 0
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 2022/S 000-006781
Section five. Award of contract
Contract No
con_22240
Title
Homicide Service 2023 - 2027
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Victim Support Services
Building 3, Eastern Business Park, Wern Fawr Lane, Old St Mellons
Cardiff
CF3 5EA
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £21,770,980
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom