Opportunity

Sanctuary (SAFER) Scheme

  • Kent County Council

F02: Contract notice

Notice reference: 2023/S 000-012663

Published 3 May 2023, 2:11pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Miss Emily Oates

Email

domesticabusecommissioning@kent.gov.uk

Telephone

+44 3000418628

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

https://www.kentbusinessportal.org.uk/

one.3) Communication

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

https://www.kentbusinessportal.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk/

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

Sanctuary (SAFER) Scheme

Reference number

DN640959

two.1.2) Main CPV code

  • 45340000 - Fencing, railing and safety equipment installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Kent County Council (KCC) are looking to commission a suitably qualified Provider to deliver the Property Security element of the Sanctuary Access for Eligible Residents (SAFER) Scheme. The SAFER Scheme is a new preventative service which will enable victims and survivors of domestic abuse to remain in their own home, where it is safe to do so and where the perpetrator does not live.

The SAFER Scheme aims to improve safety, improve health, well-being, and prevent harm.

The vision for the service is to provide and install approved property security measures to survivors of domestic abuse (adults and children), once the property has been adapted the household will be defined as residing in safe accommodation’ and will be in line with the new statutory duties introduced by the Domestic Abuse Act 2021.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

KCC are looking to commission a property security Provider to undertake countywide property assessments, provide and install approved property security measures across the county, to improve safety and to aid in delaying a perpetrator gaining access to the victim/survivor’s property, This will lead to further positive outcomes such as, improved access to support for underserved groups, a reduction in victim risk level, repeat offences, homelessness, and the need for emergency accommodation.

The Provider will need to demonstrate that they are cognisant of survivors needs, and able to conduct property assessments, provide and install the relevant property security measures.

The service will be delivered countywide by a single Provider, with the option to subcontract specific works to secondary providers pre-vetted by the Provider where necessary.

The Provider will hold the contract with KCC and be ultimately responsible for the delivery of the service through the implementation and development of a responsive service that is engaged with partner agencies.

The SAFER Scheme will be delivered through one lot, and Countywide delivery includes the following Kent local authority areas: Ashford, Canterbury, Dartford, Dover, Gravesham, Folkestone & Hythe, Maidstone, Sevenoaks, Swale, Thanet, Tonbridge and Malling, Tunbridge Wells. The Provider must be able to travel countywide in a timely manner.

The contract is anticipated to commence on 1 December 2023 and will run for a period of two years (expiring 30 November 2025) with the option for two one-year extensions at the discretion of the Council, unless terminated in accordance with the published Conditions of Contract.

SQ submissions are due via the Kent Business Portal by 12pm on 31 May 2023. Please allow adequate time for uploading documents and submit responses well in advance of the closing time to avoid last minute problems.

Interested parties are also asked to direct any questions via the Portal.

two.2.5) Award criteria

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

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

Start date

1 December 2023

End date

30 November 2025

This contract is subject to renewal

Yes

Description of renewals

Two single year extensions at the discretion of the Council.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-032320

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

Date

5 June 2023

Local time

12:00pm

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)


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

Kent County Council

County Hall

Maidstone

ME14 1XQ

Email

domesticabusecommissioning@kent.gov.uk

Country

United Kingdom