Tender

Mediation Services

  • The Swaythling Housing Society Limited T/A Abri

F02: Contract notice

Notice identifier: 2022/S 000-036125

Procurement identifier (OCID): ocds-h6vhtk-03931d

Published 21 December 2022, 1:27am



Section one: Contracting authority

one.1) Name and addresses

The Swaythling Housing Society Limited T/A Abri

Collins House, Bishopstoke Road

Eastleigh, Hampshire

SOSO 6AD

Contact

Laiza Mendiola

Email

laiza.mendiola@abri.co.uk

Telephone

+44 3001231567

Country

United Kingdom

NUTS code

UKJ - South East (England)

National registration number

10237R

Internet address(es)

Main address

www.abri.co.uk

Buyer's address

https://in-tendhost.co.uk/abri/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/abri/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/abri/aspx/Home

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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mediation Services

Reference number

P/ABRI 0873/2022

two.1.2) Main CPV code

  • 79416200 - Public relations consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this tender is to find an experienced service provider, with suitably trained and qualified staff that will collaboratively work with us to deliver a high-quality mediation and assessment service to our customers complementing our Anti-Social Behaviour processes and procedures.Our focus is to develop communities where our customers feel heard and valued, there is a reduced risk of violence, and we have practical ways of managing spaces and assets that contributes to social cohesion within the community. Our aim is to promote constructive conflict resolution, but to also prevent escalation of conflict reducing the level of intervention required with disputes managed to the satisfaction of all parties.

two.1.5) Estimated total value

Value excluding VAT: £400,000

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
  • 98000000 - Other community, social and personal services
  • 75200000 - Provision of services to the community

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

To find an experienced service provider, with suitably trained and qualified staff that will collaboratively work with us to deliver a high-quality mediation and assessment service to our customers complementing our Anti-Social Behaviour processes and procedures.Our focus is to develop communities where our customers feel heard and valued, there is a reduced risk of violence, and we have practical ways of managing spaces and assets that contributes to social cohesion within the community. Our aim is to promote constructive conflict resolution, but to also prevent escalation of conflict reducing the level of intervention required with disputes managed to the satisfaction of all parties.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

This contract is subject for renewal.

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.1.2) 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

27 January 2023

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 January 2023

Local time

12:00pm

Place

Opening Ceremony via In-tend


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

High Court of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom