Tender

Frankie Workers and Sexual Crime Therapeutic Services

  • THE OFFICE OF THE POLICE AND CRIME COMMISSIONER FOR HAMPSHIRE AND THE ISLE OF WIGHT

F02: Contract notice

Notice identifier: 2023/S 000-014012

Procurement identifier (OCID): ocds-h6vhtk-0393a3

Published 17 May 2023, 10:32am



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

Email

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