Section one: Contracting authority
one.1) Name and addresses
THE OFFICE OF THE POLICE AND CRIME COMMISSIONER FOR HAMPSHIRE AND THE ISLE OF WIGHT
The Long Barn, Unit 1 Dean Farm Estate, Wickham Road
Fareham
PO17 5BN
Contact
Procurement Support
procurement.support@hants.gov.uk
Telephone
+44 3707791100
Country
United Kingdom
Region code
UKJ36 - Central Hampshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.hampshire-pcc.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/hampshire
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/hampshire
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Frankie Workers and Sexual Crime Therapeutic Services
Reference number
OP20502
two.1.2) Main CPV code
- 85312320 - Counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police and Crime Commissioner for Hampshire and the Isle of Wight is seeking to tender for Frankie Worker and Sexual Crime Therapeutic services across Hampshire and the Isle of Wight.
The services will provide Hampshire, Isle of Wight, Portsmouth and Southampton residents of any age or gender with therapeutic support including trauma informed counselling for victims and survivors of sexual crime (rape, sexual abuse, assault or violence) whose experience occurred at any time in their lives. This service will be provided in accordance with NICE Guideline (NG116) published in December 2018,
two.1.5) Estimated total value
Value excluding VAT: £6,756,900
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Frankie Workers
Lot No
1
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
This service covers the whole of Hampshire, including Southampton and Portsmouth, and the Isle of Wight.
two.2.4) Description of the procurement
The service is being procured via an Open Tender process divided into 5 lots, of which this is Lot 1. There is one contract available for each Lot (i.e. 5 contracts in total) and Tenderers may bid for as many Lots as they wish.
Full details of the requirements for this Lot may be found in the Specification included in the tender documents at Annex 1.
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: £2,571,311
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
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: Yes
Description of options
The maximum contract term of 66 months (5.5 years) consists of an initial term of 18 months with 2 extension periods of up to 2 years each, subject to satisfactory performance and available funding.
two.2) Description
two.2.1) Title
Therapeutic Services - Hampshire Central & North
Lot No
2
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Main site or place of performance
Basingstoke & Deane, East Hampshire, Hart, Rushmoor, Test Valley and Winchester
two.2.4) Description of the procurement
The service is being procured via an Open Tender process divided into 5 lots, of which this is Lot 2. Lots 2 to 5 are for the same service in different geographical areas. There is one contract available for each Lot (i.e. 5 contracts in total) and Tenderers may bid for as many Lots as they wish.
Full details of the requirements for this Lot may be found in the Specification included in the tender documents at Annex 1.
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: £1,502,391
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
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: Yes
Description of options
The maximum contract term of 66 months (5.5 years) consists of an initial term of 18 months with 2 extension periods of up to 2 years each, subject to satisfactory performance and available funding.
two.2) Description
two.2.1) Title
Therapeutic Services - South East
Lot No
3
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
- UKJ35 - South Hampshire
Main site or place of performance
Portsmouth, Fareham, Gosport and Havant
two.2.4) Description of the procurement
The service is being procured via an Open Tender process divided into 5 lots, of which this is Lot 3. Lots 2 to 5 are for the same service in different geographical areas. There is one contract available for each Lot (i.e. 5 contracts in total) and Tenderers may bid for as many Lots as they wish.
Full details of the requirements for this Lot may be found in the Specification included in the tender documents at Annex 1.
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: £1,197,411
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
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: Yes
Description of options
The maximum contract term of 66 months (5.5 years) consists of an initial term of 18 months with 2 extension periods of up to 2 years each, subject to satisfactory performance and available funding.
two.2) Description
two.2.1) Title
Therapeutic Services - South West
Lot No
4
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
- UKJ35 - South Hampshire
Main site or place of performance
Southampton, New Forest and Eastleigh
two.2.4) Description of the procurement
The service is being procured via an Open Tender process divided into 5 lots, of which this is Lot 4. Lots 2 to 5 are for the same service in different geographical areas. There is one contract available for each Lot (i.e. 5 contracts in total) and Tenderers may bid for as many Lots as they wish.
Full details of the requirements for this Lot may be found in the Specification included in the tender documents at Annex 1.
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: £1,236,301
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
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: Yes
Description of options
The maximum contract term of 66 months (5.5 years) consists of an initial term of 18 months with 2 extension periods of up to 2 years each, subject to satisfactory performance and available funding.
two.2) Description
two.2.1) Title
Therapeutic Services - Isle of Wight
Lot No
5
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
Main site or place of performance
Isle of Wight
two.2.4) Description of the procurement
The service is being procured via an Open Tender process divided into 5 lots, of which this is Lot 5. Lots 2 to 5 are for the same service in different geographical areas. There is one contract available for each Lot (i.e. 5 contracts in total) and Tenderers may bid for as many Lots as they wish.
Full details of the requirements for this Lot may be found in the Specification included in the tender documents at Annex 1.
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: £249,486
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
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: Yes
Description of options
The maximum contract term of 66 months (5.5 years) consists of an initial term of 18 months with 2 extension periods of up to 2 years each, subject to satisfactory performance and available funding.
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
Several of the roles required in the provision of these services require appropriate registration/accreditation with various professional bodies. Details of these can be found in the Specification included in the tender documents at Annex 1.
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
Open procedure
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 000-036348
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 June 2023
Local time
2:00pm
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)
four.2.7) Conditions for opening of tenders
Date
19 June 2023
Local time
2:02pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in England
The Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom