Tender

ISVA, CISVA and Sexual Violence (SV) Support Services in Kent & Medway

  • 7 Forces Commercial Services

F02: Contract notice

Notice identifier: 2021/S 000-024358

Procurement identifier (OCID): ocds-h6vhtk-02afc0

Published 30 September 2021, 5:38pm



Section one: Contracting authority

one.1) Name and addresses

7 Forces Commercial Services

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Jade More

Email

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

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=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

Email

7forceprocurement@ecis.police.uk

Country

United Kingdom

Internet address

http://www.suffolk.police.uk