Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Essex Victims' Assessment and Support Services.

  • First published: 18 August 2017
  • Last modified: 18 August 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Police & Crime Commissioner for Essex
Authority ID:
AA28621
Publication date:
18 August 2017
Deadline date:
16 October 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This service is for the provision of victim assessment, referral and non-specialist support.

The Police and Crime Commissioners Police and Crime Plan sets clear objectives to ensure victims are at the heart of what we do. To support this, the PCC for Essex has adopted a set of principles to deliver the objectives set out in the plan:

— We believe Victims should be at the heart of the Criminal Justice System and are placing a special emphasis on their needs within each and every policing priority;

— Every Victim should receive the services they are entitled to under the Victims Code and we will ensure that the criminal justice agencies are held to account for delivery against this code;

— Everyone who reports a crime should be kept informed and updated about their case;

— People who have experienced harm should receive appropriate support and be directly involved in the design of their services;

— We will commission services which are driven by the needs of the victim and we will regularly seek feedback to improve and provide even better support, so victims are able to cope and recover from their experience;

— Our restorative Justice Services, which are focused on the needs of victims, will expand to enable more victims to have access.

The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and increase levels of victim satisfaction.

Expected additional outcomes for this service are:

— Contribution to victims having a more positive experience of the criminal justice system;

— Feedback is gathered from victims that contribute to improvements within the service and to other partners including but not limited to Essex Police and OPCC;

— Victims are helped to move towards positive outcomes — in line with the 8 categories identified in the Victims' code;

— Victims feel equipped and empowered to move on independently of the service;

— Victims are supported to help reduce the risk of repeat victimisation;

— Victims report improvements to their presenting problem(s);

— Victims are able to have a ‘voice’ to express the way a crime has affected them with a Victim Personal Statement/Business Impact Statement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Police and Crime Commissioner for Essex

Office of The Police and Crime Commissioner for Essex, Essex County Fire and Rescue Headquarters, Kelvedon Park, Rivenhall

Witham

CM8 3HB

UK

Contact person: Claire Ward

Telephone: +44 01474366650

E-mail: procurementservices@kent.pnn.police.uk

NUTS: UKH3

Internet address(es)

Main address: https://www.essex.police.uk/

I.3) Communication

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

https://kentpolice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://kentpolice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Essex Victims' Assessment and Support Services.

Reference number: 2017/065

II.1.2) Main CPV code

85312300

 

II.1.3) Type of contract

Services

II.1.4) Short description

The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and increase levels of victim satisfaction.

II.1.5) Estimated total value

Value excluding VAT: 2 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85312400

85312500

II.2.3) Place of performance

NUTS code:

UKH

UKH3

II.2.4) Description of the procurement

This service is for the provision of victim assessment, referral and non-specialist support.

The Police and Crime Commissioners Police and Crime Plan sets clear objectives to ensure victims are at the heart of what we do. To support this, the PCC for Essex has adopted a set of principles to deliver the objectives set out in the plan:

— We believe Victims should be at the heart of the Criminal Justice System and are placing a special emphasis on their needs within each and every policing priority;

— Every Victim should receive the services they are entitled to under the Victims Code and we will ensure that the criminal justice agencies are held to account for delivery against this code;

— Everyone who reports a crime should be kept informed and updated about their case;

— People who have experienced harm should receive appropriate support and be directly involved in the design of their services;

— We will commission services which are driven by the needs of the victim and we will regularly seek feedback to improve and provide even better support, so victims are able to cope and recover from their experience;

— Our restorative Justice Services, which are focused on the needs of victims, will expand to enable more victims to have access.

The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and increase levels of victim satisfaction.

Expected additional outcomes for this service are:

— Contribution to victims having a more positive experience of the criminal justice system;

— Feedback is gathered from victims that contribute to improvements within the service and to other partners including but not limited to Essex Police and OPCC;

— Victims are helped to move towards positive outcomes — in line with the 8 categories identified in the Victims' code;

— Victims feel equipped and empowered to move on independently of the service;

— Victims are supported to help reduce the risk of repeat victimisation;

— Victims report improvements to their presenting problem(s);

— Victims are able to have a ‘voice’ to express the way a crime has affected them with a Victim Personal Statement/Business Impact Statement.

II.2.5) Award criteria

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

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

Start: 01/04/2018

End: 31/03/2023

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The initial contract period shall be for 3 years, with the option to extend by up to 2 years in 1 year extensions (subject to funding and at the sole discretion of the Contracting Authority).

The value in II.1.5) is estimated based on the full term of the contract including extension options.

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

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

Date: 16/10/2017

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 16/10/2017

Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

16/08/2017

Coding

Commodity categories

ID Title Parent category
85312300 Guidance and counselling services Social work services without accommodation
85312500 Rehabilitation services Social work services without accommodation
85312400 Welfare services not delivered through residential institutions Social work services without accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurementservices@kent.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.