Tender

Sexual Violence Support Services

  • 7 Forces Procurement

F02: Contract notice

Notice identifier: 2021/S 000-018962

Procurement identifier (OCID): ocds-h6vhtk-02afc0

Published 5 August 2021, 6:38pm



Section one: Contracting authority

one.1) Name and addresses

7 Forces Procurement

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Jade More

Email

jade.more@bedfordshire.pnn.police.uk

Telephone

+44 07712543855

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

National registration number

N/A

Internet address(es)

Main address

http://www.suffolk.police.uk

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=39116&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=39116&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

Sexual Violence Support Services

Reference number

7F-2020-0353

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The commissioner is seeking bids from suitable suppliers for Sexual Violence Support Services (SVSS). The contract will be established with the successful service provider on the terms of contract of the PCC in line with the requirements detailed in the Specification attached to this opportunity.

Sexual Violence Support Services will support individuals who have suffered sexual violence, abuse and assault. The service will support service users with their emotional, practical, and therapeutic needs. The service will also provide education and prevention advice in a community-based model. The service is open to all victims and available regardless of when the crime has been committed or whether or not the crime has been reported to the police. Services users will be supported on the journey to recovery by the provision of care dependent on their individual needs and their informed decisions.

.

two.1.5) Estimated total value

Value excluding VAT: £810,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85110000 - Hospital and related services
  • 85120000 - Medical practice and related services
  • 85121000 - Medical practice services
  • 85121270 - Psychiatrist or psychologist services
  • 85121291 - Paediatric services
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85312000 - Social work services without accommodation
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

AL8 6XF and HP1 1JQ

two.2.4) Description of the procurement

The commissioner is seeking bids from suitable suppliers for Sexual Violence Support Services (SVSS). The contract will be established with the successful service provider on the terms of contract of the PCC in line with the requirements detailed in the Specification attached to this opportunity.

Sexual Violence Support Services will support individuals who have suffered sexual violence, abuse and assault. The service will support service users with their emotional, practical, and therapeutic needs. The service will also provide education and prevention advice in a community-based model. The service is open to all victims and available regardless of when the crime has been committed or whether or not the crime has been reported to the police. Services users will be supported on the journey to recovery by the provision of care dependent on their individual needs and their informed decisions.

It is anticipated this contract will be awarded for a 3 year initial term with 2 x 12 month options to extend.

It is requested that suppliers read the Service Specification and all attached documents to aid in submitting a bid. All requirements detailed within the bid must be met under this service provision.

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: £810,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

36 month initial term ( 3 years initial term)

2 x 12 month options to extend ( 2 x 1 year extension options)

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

two.2.14) Additional information

Please see tender documents


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

Criteria as stated in the procurement 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

As detailed in the attached 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-010319

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

Date

16 September 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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 September 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

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

7 Force Procurment Departement

Royston Police Station, Melbourn Street

Royston

SG8 7BZ

Email

7forceprocurement@ecis.police.uk

Country

United Kingdom

Internet address

http://www.suffolk.police.uk