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
UK - United Kingdom
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=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