Contract notice
Section I: Contracting
authority
I.1) Name and addresses
7 Forces Commercial Services
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Claire Baxter
Telephone: +44 01474366658
E-mail: claire.baxter@kent.police.uk
NUTS: UK
Internet address(es)
Main address: http://www.suffolk.police.uk
I.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=51476&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=51476&B=BLUELIGHT
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
Victim Referral and Support Service
Reference number: 7F-2021-C065
II.1.2) Main CPV code
85312300
II.1.3) Type of contract
Services
II.1.4) Short description
Police and Crime Commissioners (PCCs) are responsible for delivering an effective and efficient Police Force in their area and reducing crime. They have several statutory responsibilities including ensuring that victims have a voice and bringing together partners including Community Safety Partnerships (CSPs) and criminal justice partners to achieve the shared objectives of tackling crime and disorder and supporting victims. In addition, (PCCs) have a statutory responsibility for commissioning support services for victims of crime, regardless of whether that crime has been reported to the Police. These services should include but not be limited to,
• A referral and support service for all victims of crime.
• Therapeutic services.
• Helpline or live chat support.
• Tailored or specialist support for specific groups, needs or risks.
II.1.5) Estimated total value
Value excluding VAT:
10 450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Kent Victims’ Advocacy and Support Service
II.2.2) Additional CPV code(s)
85312400
98000000
II.2.3) Place of performance
NUTS code:
UKJ4
Main site or place of performance:
Compass House, Ashford, Kent
II.2.4) Description of the procurement
Lot 1 – Kent Victims’ Advocacy & Support Service
This service must provide a needs and risk led approach, which has a strong evidence base that is also trauma informed. The service should be available to all victims of recorded crime who are resident in Kent, including children and young people regardless of when the crime took place or if it has been reported to the Police. If reported to the Police support must be available at all stages of the criminal justice process and beyond. If not reported to the Police, the service must be accessible and available at the point the victim wishes to seek support.
Lot 1 contract length: 4 years with an option to extend by a further 3 periods of 12 months.
Estimated Contract Value per annum: £1,000,000
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:
7 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by a further 3 periods of 12 months.
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
Lot No: 2
II.2.1) Title
Lot 2 – Essex Victim Referral and Support Service
II.2.2) Additional CPV code(s)
85312400
98000000
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and to increase levels of victim satisfaction and public confidence in the police and criminal justice system. It is also expected to support the PFCC to deliver against the priorities above, specifically promoting restorative justice, ensuring compliance with the victims’ code, encouraging reporting, providing tailored support to victims, and referring victims to specialist services.
Lot 2 contract length: 3 years with an option to extend by a further 3 periods of 12 months.
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:
3 450 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by a further 3 periods of 12 months.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Criteria as stated in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the specification and tender documentation.
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:
17/10/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
17/10/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055
VI.4.4) Service from which information about the review procedure may be obtained
High Court
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
15/08/2022