Tender

Provision of Independent Victim Adviser Service

  • The Police, Fire & Crime Commissioner

F02: Contract notice

Notice identifier: 2021/S 000-014842

Procurement identifier (OCID): ocds-h6vhtk-02c16d

Published 29 June 2021, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

The Police, Fire & Crime Commissioner

North Yorkshire Police Headquarters

Northallerton

DL6 1BF

Contact

Lynne Allen

Email

lynne.allen@southyorks.pnn.police.uk

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

n/a

Internet address(es)

Main address

https://bluelight.eu-supply.com/

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37993&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37993&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Independent Victim Adviser Service

Reference number

2273-2020

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

This Invitation to Tender is for the provision of Independent Victim Adviser (IVA) Services across North Yorkshire and the City of York.

The Police, Fire & Crime Commissioner is looking to award a contract to provide IVA services with the overall objective of enabling all victims of crime (excluding domestic & sexual) to ‘cope with the immediate impacts of crime & recover from the harm experienced’. The aim is for the victim to be able to support themselves independently, or through an appropriate peer support network by the end of the provision.

The intention is to award any resulting contract for a period of 36 months (3 years) commencing on 29th September 2021 with extension options of two (2) periods of 12 months.

The PFCC is inviting bids up the maximum Contract Value of £230,000 per year to include all costs associated with the service. Bids submitted that exceed the maximum annual Contract Value will be deemed as non-compliant & therefore will not be evaluated.

two.1.5) Estimated total value

Value excluding VAT: £1,150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services
  • 98200000 - Equal opportunities consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

North Yorkshire, DL6 1BF

two.2.4) Description of the procurement

On behalf of the North Yorkshire Police, Fire and Crime Commissioner (PFCC), this Invitation to Tender is for the provision of Independent Victim Adviser (IVA) Services across North Yorkshire and the City of York.

The PFCC is looking to procure an organisation which can provide IVA services with the overall objective of enabling all victims of crime (excluding domestic and sexual) to ‘cope with the immediate impacts of crime and recover from the harm experienced’. The aim is for the victim to be able to support themselves independently, or through an appropriate peer support network by the end of the provision.

The intention is to award any resulting contract for a period of 36 months (3 years) commencing on 28th September 2021 with extension options of two (2) periods of 12 months.

The PFCC is inviting bids up the maximum Contract Value of £230,000 per year to include all costs associated with the service. Bids submitted that exceed the maximum annual Contract Value will be deemed as non-compliant and therefore will not be evaluated.

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: £1,150,000

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

Duration in months

60

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: 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Description of conditions is in the tender documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Description of conditions is in the tender 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

30 July 2021

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

Tender must be valid until: 4 November 2021

four.2.7) Conditions for opening of tenders

Date

30 July 2021

Local time

12:00pm


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

The High Court of England and Wales

7 Rools Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

Internet address

http://www.judiciary.gov.uk