Tender

Victim Support Commissioned Services

  • The Police & Crime Commissioner for Warwickshire

F02: Contract notice

Notice identifier: 2022/S 000-026170

Procurement identifier (OCID): ocds-h6vhtk-036968

Published 20 September 2022, 10:07am



The closing date and time has been changed to:

25 October 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Police & Crime Commissioner for Warwickshire

3 Northgate Street

Warwick

CV34 4SP

Contact

Diane Davies

Email

procurement@warwickshire.police.uk

Telephone

+44 07811844795

Country

United Kingdom

Region code

UKG13 - Warwickshire

Internet address(es)

Main address

https://www.warwickshire.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86783

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=52849&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=52849&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 Support Commissioned Services

Reference number

WP22-0036

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 Police & Crime Commissioner for Warwickshire (“the Commissioner”) has a requirement to purchase Victim Support Commissioned Services.

Achieving the right outcome for victims, survivors of crime and their families is a central focus of the Warwickshire Police and Crime Plan. Having the right levels of service and support, and treating victims and witnesses with respect is vital for public confidence in the criminal justice system and to achieving justice effectively. Bids are being sought to work with the Commissioner, partner agencies and communities to deliver a high standard of victim services across Warwickshire in the following Lots:

Lot 1 General Victim Services

Lot 2 Sexual Violence and Abuse (SVA) Service

Lot 3 Child Exploitation (CE) Service

Lot 4 Independent Modern Slavery Advocacy (IMSA) Service

Lot 5 Restorative Justice (RJ) Service

Bidders may bid for a single or multiple lots.

two.1.5) Estimated total value

Value excluding VAT: £3,324,000

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

General Victim Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community
  • 80400000 - Adult and other education services
  • 85100000 - Health services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311300 - Welfare services for children and young people
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 85312400 - Welfare services not delivered through residential institutions
  • 85320000 - Social services
  • 85321000 - Administrative social services
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 98130000 - Miscellaneous membership organisations services
  • 98133000 - Services furnished by social membership organisations
  • 98133100 - Civic betterment and community facility support services
  • 98133110 - Services provided by youth associations
  • 98300000 - Miscellaneous services
  • 75230000 - Justice services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 1 General Victim Services: To deliver support services for victims of crime by assisting victims of crime to recover through the provision of practical and emotional support.

Please note: Contract values are indicative and dependent on VAT status of successful bidder(s).

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: £1,350,000

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

Duration in months

36

This contract is subject to renewal

No

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

Sexual Violence and Abuse (SVA) Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85312330 - Family-planning services
  • 85311100 - Welfare services for the elderly
  • 85311200 - Welfare services for disabled people
  • 85311300 - Welfare services for children and young people
  • 85312400 - Welfare services not delivered through residential institutions
  • 85100000 - Health services
  • 85300000 - Social work and related services
  • 85312300 - Guidance and counselling services
  • 85312320 - Counselling services
  • 85312310 - Guidance services
  • 85320000 - Social services
  • 85321000 - Administrative social services
  • 98000000 - Other community, social and personal services
  • 98300000 - Miscellaneous services
  • 75230000 - Justice services
  • 75200000 - Provision of services to the community
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98133100 - Civic betterment and community facility support services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 2 Sexual Violence and Abuse (SVA) Service: To deliver support services for victims of sexual abuse and violence. Including Independent Sexual Violence Advisors/Therapeutic counselling and pre-trial therapy.

Please note: Contract values are indicative and dependent on VAT status of successful bidder(s).

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: £870,000

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

Duration in months

36

This contract is subject to renewal

No

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

Child Exploitation (CE) Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 80310000 - Youth education services
  • 98133110 - Services provided by youth associations
  • 85311300 - Welfare services for children and young people
  • 79634000 - Career guidance services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 80400000 - Adult and other education services
  • 85320000 - Social services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 75200000 - Provision of services to the community
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 98133100 - Civic betterment and community facility support services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 3 Child Exploitation (CE) Service: To deliver direct interventions and training across the Commissioner's and Warwickshire County Council's priorities, including early identification/prevention, support for children, parents and carers.

Please note: Contract values are indicative and dependent on VAT status of successful bidder(s).

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: £774,000

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

Duration in months

36

This contract is subject to renewal

No

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

Independent Modern Slavery Advocacy (IMSA) Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 98133100 - Civic betterment and community facility support services
  • 75200000 - Provision of services to the community
  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85300000 - Social work and related services
  • 85311100 - Welfare services for the elderly
  • 85311200 - Welfare services for disabled people
  • 85311300 - Welfare services for children and young people
  • 85312400 - Welfare services not delivered through residential institutions
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 85320000 - Social services
  • 85321000 - Administrative social services
  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 4 Independent Modern Slavery Advocacy (IMSA) Service: To provide the right level of interventions and service for victims of Modern Slavery and Human Trafficking (MSHT), help raise the profile of MSHT within the community, and amongst professionals of the support available. To deliver training to a range of professionals including educating individuals on the signs to look out for, and NRM procedures, ensuring better victim identification, support, along with more effective prosecution of offenders.

Please note: Contract values are indicative and dependent on VAT status of successful bidder(s).

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: £150,000

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

Duration in months

36

This contract is subject to renewal

No

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

Restorative Justice (RJ) Service

Lot No

5

two.2.2) Additional CPV code(s)

  • 75231200 - Services related to the detention or rehabilitation of criminals
  • 85312500 - Rehabilitation services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 75200000 - Provision of services to the community
  • 85322000 - Community action programme
  • 98000000 - Other community, social and personal services
  • 98133100 - Civic betterment and community facility support services
  • 80000000 - Education and training services
  • 75230000 - Justice services
  • 85311100 - Welfare services for the elderly
  • 85311200 - Welfare services for disabled people
  • 85311300 - Welfare services for children and young people
  • 85312400 - Welfare services not delivered through residential institutions
  • 98300000 - Miscellaneous services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire

two.2.4) Description of the procurement

Lot 5 Restorative Justice (RJ) Service: To deliver a high quality RJ service that is accessible to every victim of crime in Warwickshire. The service will build awareness and understanding of RJ and its potential benefits within the community and amongst partner agencies and professionals.

Please note: Contract values are indicative and dependent on VAT status of successful bidder(s).

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: £180,000

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

Duration in months

36

This contract is subject to renewal

No

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

As detailed in the selection questionnaire and procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection 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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 October 2022

Local time

12:00pm

Changed to:

Date

25 October 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 Police & Crime Commissioner for Warwickshire

3 Northgate Street

Warwick

CV34 4SP

Country

United Kingdom