Section one: Contracting authority
one.1) Name and addresses
7 Forces Commercial Services
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
Contact
Claire Baxter
Telephone
+44 01474366658
Country
United Kingdom
NUTS code
UKH1 - East Anglia
National registration number
N/A
Internet address(es)
Main address
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