Tender

Domestic Abuse Perpetrator Intervention Service

  • 7 Forces Commercial Services

F02: Contract notice

Notice identifier: 2022/S 000-021375

Procurement identifier (OCID): ocds-h6vhtk-0358d7

Published 4 August 2022, 10:42am



Section one: Contracting authority

one.1) Name and addresses

7 Forces Commercial Services

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Claire Baxter

Email

claire.baxter@kent.police.uk

Telephone

+44 01474366658

Country

United Kingdom

NUTS code

UKH1 - East Anglia

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=48040&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=48040&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

Domestic Abuse Perpetrator Intervention Service

Reference number

7F-2021-C118

two.1.2) Main CPV code

  • 85312320 - Counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

The Office of the Police and Crime Commissioner for Norfolk (OPCCN) has a statutory responsibility for the local commissioning of victim support services and, along with Norfolk Police, they have invested in first class services to support those who are affected by all types of crime, including domestic violence and abuse. Whilst robust policing and investigations alongside effective victim support services go some way to address the symptoms of domestic abuse and violence, it is recognised that perpetrator intervention approaches, which can involve programmes to address behaviours, are necessary to change behaviours and deal with the root cause of offending. It is the OPCCN and partnership philosophy that victims cannot be supported successfully without a whole system approach including perpetrator prevention, provision of services, partnership working and pursue through tactical means.

two.1.5) Estimated total value

Value excluding VAT: £340,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75241100 - Police services
  • 80561000 - Health training services
  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Norfolk

two.2.4) Description of the procurement

The specification for this service is to deliver behaviour change interventions which aims to prevent a perpetrator reoffending and reduce the risk to victims/children.

The specification for this targeted support service is to:

• work closely with a wide range of statutory/non-statutory agencies

• enable perpetrators to access interventions to address their abusive behaviour

• support behaviour change

• safeguard victims/survivors and children working with current DA service provision

The service will deliver tailored interventions offered in a community setting in a structured manner within the county of Norfolk, that are fully accessible

• regardless of geographical locations that are suitable and easily accessible by those receiving support

• for those less represented groups, such as female perpetrators, Lesbian, Gay, Bisexual, Transgender (LGBT+), (British English) black, Asian and minority ethnic (BAME) as well as those with manageable learning disabilities and mental health needs.

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract is for a period of 12 months with the option to extend for 12 months, depending on funding availability, delivery of a quality service and sustained performance.

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

Criteria as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

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: Yes

four.2) Administrative information

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

Date

26 September 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

26 September 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The specification and full tender documentation are available on EU Supply.

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

The High Court of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom