Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
UK
Contact person: Procurement Care-Health
Telephone: +44 1772538206
E-mail: caphprocurement@lancashire.gov.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.lancashire.gov.uk/isupplier/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.lancashire.gov.uk/isupplier
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.lancashire.gov.uk/isupplier
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Support in Safe Accommodation and Outreach Services for Victims and Survivors of Domestic Abuse
Reference number: KS/PH/24/1462
II.1.2) Main CPV code
85311000
II.1.3) Type of contract
Services
II.1.4) Short description
Description
The Service to be procured is a Support in Safe Accommodation and Outreach Services for Victims and Survivors of Domestic Abuse (The Service) and is being commissioned as part of a wider Lancashire County Council response to prevent and minimise the impact of domestic abuse across Lancashire. This response seeks to work holistically with children and young people and adult victim-survivors of domestic abuse, and their families.
The Service will take a public health approach to addressing domestic abuse, through provision of:
• Support in Safe Accommodation
o including specialist support for victim-survivors with protected characteristics and those with specific needs and/or support needs
• Adult outreach support
• Children's outreach support
The Service will be delivered within the Lancashire County Council area to adult and child victim-survivor
Please see the Service Specification for further details.
II.1.5) Estimated total value
Value excluding VAT:
30 040 392.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKD4
II.2.4) Description of the procurement
Contract Value
Please note figures provided are projected for 2024/25 onwards to provide an estimate of potential contract values for this Service.
The funding is made up of Public Health Grant funding and Domestic Abuse Duty Additional Grant for recommissioning. Please see the Tender documents for the breakdown of the contract value and price uplift information.
Contract term
Initial period of three years with a right to extend the contract for up to five years beyond the initial term by any number of defined periods as long as the total contract term does not exceed eight years.
The dates are subject to change at the Authority's sole discretion, please see the Invitation to Tender document for further information.
The Authority is offering a briefing for Tenderers as detailed in the Timetable within the ITT. All Tenderers are recommended to attend.
We advise interested tenderers to register and familiarise themselves with the etendering system used, Oracle Fusion. https://www.lancashire.gov.uk/fusion-supplier-portal/ For system support and advice on bids and tenders, contact the LCC Procurement team - PIM@Lancashire.gov.uk 01772 534966
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
30 040 392.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-026517
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/05/2024
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
23/05/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice - The High Court
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
18/04/2024