Section one: Contracting authority
one.1) Name and addresses
7 Forces Commercial Services
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
Contact
Jade More
jade.more@bedfordshire.pnn.police.uk
Telephone
+44 07712543855
Country
United Kingdom
NUTS code
UKJ4 - Kent
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=39836&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=39836&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
ISVA, CISVA and Sexual Violence (SV) Support Services in Kent & Medway
Reference number
7F-2021-C026
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police and Crime Commissioner for Kent would like to invite suppliers to tender for ISVA, CISVA and Sexual Violence (SV) Support Services in Kent & Medway The Office of the Police and Crime Commissioner is looking for a service to be focused on supporting victims of crime and treating victims as individuals. The services will support the victims though the often-complex criminal justice system empower individuals to cope and recover from the crime they have suffered.
The Service Requirements are established in the following LOT structure;
Independent Sexual Violence Adviser Service (ISVA);
Lot 1 – East Kent ISVA / CISVA
Lot 2 – North & West Kent ISVA & CISVA
Sexual Violence (SV) Support Services;
Lot 3 – East Kent SV Support Services
Lot 4 – North Kent SV Support Services
Lot 5 – West Kent SV Support Services
two.1.5) Estimated total value
Value excluding VAT: £2,850,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
One or multiple LOTS
two.2) Description
two.2.1) Title
Lot 1 – East Kent ISVA / CISVA Service
Lot No
1
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
- 85140000 - Miscellaneous health services
- 85144000 - Residential health facilities services
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85312000 - Social work services without accommodation
- 85312400 - Welfare services not delivered through residential institutions
- 85312500 - Rehabilitation services
- 85320000 - Social services
- 85321000 - Administrative social services
- 85322000 - Community action programme
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
TN23 1EE
two.2.4) Description of the procurement
Lot 1 – East Kent (Canterbury, Thanet, Dover, Folkestone & Hythe, and Ashford) ISVA / CISVA
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: £750,000
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
2 x 12 month options to extend
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 complete documents for LOT 1
two.2) Description
two.2.1) Title
Lot 2 – North & West Kent ISVA & CISVA
Lot No
2
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
- 85140000 - Miscellaneous health services
- 85144000 - Residential health facilities services
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85312000 - Social work services without accommodation
- 85312400 - Welfare services not delivered through residential institutions
- 85312500 - Rehabilitation services
- 85320000 - Social services
- 85321000 - Administrative social services
- 85322000 - Community action programme
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
TN23 1EE
two.2.4) Description of the procurement
Lot 2 – North and West Kent (Swale, Medway, Maidstone, Tunbridge Wells, Tonbridge & Malling, Sevenoaks, Dartford, and Gravesend) ISVA / CISVA
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: £900,000
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
2 x 12 month options to extend
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 complete documents for LOT 2
two.2) Description
two.2.1) Title
Lot 3 – East Kent SV Support Services
Lot No
3
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
- 85140000 - Miscellaneous health services
- 85144000 - Residential health facilities services
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85312000 - Social work services without accommodation
- 85312400 - Welfare services not delivered through residential institutions
- 85312500 - Rehabilitation services
- 85320000 - Social services
- 85321000 - Administrative social services
- 85322000 - Community action programme
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
TN23 1EE
two.2.4) Description of the procurement
Lot 3 – East Kent (Canterbury, Thanet, Dover, Folkestone & Hythe, and Ashford) SV Support Services
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: £405,000
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
2 x 12 month options to extend
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 complete documents for LOT 3
two.2) Description
two.2.1) Title
Lot 4 – North Kent SV Support Services
Lot No
4
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
- 85140000 - Miscellaneous health services
- 85144000 - Residential health facilities services
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85312000 - Social work services without accommodation
- 85312400 - Welfare services not delivered through residential institutions
- 85312500 - Rehabilitation services
- 85320000 - Social services
- 85321000 - Administrative social services
- 85322000 - Community action programme
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
TN23 1EE
two.2.4) Description of the procurement
Lot 4 – North Kent (Swale, Medway, Dartford, and Gravesend) SV Support Services
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: £405,000
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
2 x 12 month options to extend
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 complete documents for LOT 4
two.2) Description
two.2.1) Title
Lot 5 – West Kent SV Support Services
Lot No
5
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
- 85140000 - Miscellaneous health services
- 85144000 - Residential health facilities services
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85312000 - Social work services without accommodation
- 85312400 - Welfare services not delivered through residential institutions
- 85312500 - Rehabilitation services
- 85320000 - Social services
- 85321000 - Administrative social services
- 85322000 - Community action programme
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
TN23 1EE
two.2.4) Description of the procurement
Lot 5 - West Kent – (Tunbridge Wells, Maidstone, Tonbridge & Malling, and Sevenoaks) SV support Services
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: £390,000
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
2 x 12 month options to extend
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 complete documents for LOT 5
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.2.1) 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
1 November 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
Tender must be valid until: 31 January 2022
four.2.7) Conditions for opening of tenders
Date
1 November 2021
Local time
12:00pm
Place
EU Supply tendering portal
Information about authorised persons and opening procedure
as per Blue light EU Supply opening procedure stipulations
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Please ask any questions relating to this opportunity via the Blue Light EU Supply tendering portal messaging facility or via the contact details provided in this notice
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 Commercial Services
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
7forceprocurement@ecis.police.uk
Country
United Kingdom