Section one: Contracting authority
one.1) Name and addresses
Southampton City Council
Civic Centre
Southampton
SO14 7LY
tendermanagement@southampton.gov.uk
Telephone
+44 2380833000
Country
United Kingdom
NUTS code
UKJ32 - Southampton
Internet address(es)
Main address
www.southampton.gov.uk/business-licensing/supply-council/supply-portal.aspx
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0747
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplysouthampton.esourcingportal.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplysouthampton.esourcingportal.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Domestic Violence and Sexual Abuse Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Domestic Violence and Sexual Abuse Services
Reference number
EC09-01-3138
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement is for the provision of support services to victims of domestic violence or abuse and/or sexual violence or abuse.
two.1.5) Estimated total value
Value excluding VAT: £4,513,600
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
Southampton City Council is leading a joint procurement with the Office of the Police and Crime Commissioner for Hampshire and the Isle of Wight and the Hampshire, Southampton and Isle of Wight Clinical Commissioning Group to deliver community based domestic abuse support services to the community of Southampton and refuge services to the residents of Southampton and beyond. The requirement is for the provision of support services to victims of domestic violence or abuse and/or sexual violence or abuse.
The requirement is for the provision of support services to victims of domestic violence or abuse and/or sexual violence or abuse. The services will operate to:
- support medium risk victims at a time of crisis through residential (refuge) support and non-residential outreach support.
- support victims (and their children) to access safe accommodation including refuge if fleeing domestic violence.
- support the individual with practical help, life-skills, and resettlement support to move on from an abusive partner.
- provide therapeutic interventions as a part of a victim’s recovery and support children and families to work through issues that may have affected them.
- offer training and support to professionals to identify and refer victims and perpetrators.
- offer preventative work to young people through educational programmes in schools addressing healthy relationships, recognising unhealthy behaviours, responding to abuse and seeking support.
- deliver services to medium risk victims and their dependants in line with the local needs assessment and Domestic Violence strategy.
Full details of the service requirements are outlined in the Service Specification (Schedule 1 to the Terms & Conditions of Contract (the “Agreement”) as detailed in the procurement documents. These may be accessed at http://www.southampton.gov.uk/business-licensing/supply-council/supply-portal.aspx
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Council will have the option to modify the contract during its life to vary the annual contract value by up to an additional 154,800GBP per annum. This is to enable the future application to this contract of additional “New Burdens” funding for the purpose of additional provision of services to individuals living in “safe accommodation”.
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 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
Originally published as:
Date
17 November 2021
Local time
12:00pm
Changed to:
Date
13 January 2022
Local time
12:00pm
See the change notice.
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The Council has the option to extend the contract duration by additional periods, not exceeding a total of 24 months.
six.3) Additional information
This procurement is being undertaken under Regulations 74-76 of the Public Contract Regulations 2015 (Light Touch Regime”) the procedure corresponding (with or without variations) to the Open procedure.
There is an available funding level for the contract of 490,000GBP per annum (i.e. 3,430,000GBP in total covering a 5 year initial contract term and 2 years’ extension period). In meeting its obligations under Part IV of the Domestic Abuse Act 2021, the Council may, however, exercise the option to modify the contract to increase its value by up to 154,800GBP per annum, which would then provide for a maximum contract value of 4,513,600GBP. The Council may choose to modify the contract by all, part, or none of this amount. Any such additional funding will be to enable the future application to this contract of additional “New Burdens” funding allocated through the Department of Levelling Up, Housing and Communities (DLUHC) for the purpose of The Council providing additional services to support individuals living in “safe accommodation”. There is no obligation on the Council to modify the contract and The Council reserves the right to undertake a separate competitive procurement procedure to source a provider of such services should it so wish, or to provide such services in house or through existing contracts.
A minimum of 12 units of refuge accommodation will need to be sourced by the Service Provider, of which 7 are available through the local authority if the provider wishes to use them.
(MT Ref:223959)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit