Tender

Victim Referral and Support Service

  • 7 Forces Commercial Services

F02: Contract notice

Notice identifier: 2022/S 000-022511

Procurement identifier (OCID): ocds-h6vhtk-035e9b

Published 15 August 2022, 7:12pm



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

UK - United Kingdom

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=51476&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=51476&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

Victim Referral and Support Service

Reference number

7F-2021-C065

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Police and Crime Commissioners (PCCs) are responsible for delivering an effective and efficient Police Force in their area and reducing crime. They have several statutory responsibilities including ensuring that victims have a voice and bringing together partners including Community Safety Partnerships (CSPs) and criminal justice partners to achieve the shared objectives of tackling crime and disorder and supporting victims. In addition, (PCCs) have a statutory responsibility for commissioning support services for victims of crime, regardless of whether that crime has been reported to the Police. These services should include but not be limited to,

• A referral and support service for all victims of crime.

• Therapeutic services.

• Helpline or live chat support.

• Tailored or specialist support for specific groups, needs or risks.

two.1.5) Estimated total value

Value excluding VAT: £10,450,000

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

Lot 1 – Kent Victims’ Advocacy and Support Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312400 - Welfare services not delivered through residential institutions
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Compass House, Ashford, Kent

two.2.4) Description of the procurement

Lot 1 – Kent Victims’ Advocacy & Support Service

This service must provide a needs and risk led approach, which has a strong evidence base that is also trauma informed. The service should be available to all victims of recorded crime who are resident in Kent, including children and young people regardless of when the crime took place or if it has been reported to the Police. If reported to the Police support must be available at all stages of the criminal justice process and beyond. If not reported to the Police, the service must be accessible and available at the point the victim wishes to seek support.

Lot 1 contract length: 4 years with an option to extend by a further 3 periods of 12 months.

Estimated Contract Value per annum: £1,000,000

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: £7,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a further 3 periods of 12 months.

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) Description

two.2.1) Title

Lot 2 – Essex Victim Referral and Support Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312400 - Welfare services not delivered through residential institutions
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and to increase levels of victim satisfaction and public confidence in the police and criminal justice system. It is also expected to support the PFCC to deliver against the priorities above, specifically promoting restorative justice, ensuring compliance with the victims’ code, encouraging reporting, providing tailored support to victims, and referring victims to specialist services.

Lot 2 contract length: 3 years with an option to extend by a further 3 periods of 12 months.

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: £3,450,000

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

Option to extend by a further 3 periods of 12 months.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the specification and tender documentation.


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

17 October 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

17 October 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.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

High Court

The Strand

London

WC2A 2LL

Country

United Kingdom