Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Cabinet Office
Sanctuary Buildings, 20 Great Smith Street
London
SW1P 3BT
UK
Telephone: +44 3450103503
E-mail: ctconsultation@cabinetoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Conversion Therapy - Victim Support Service
Reference number: RM6324
II.1.2) Main CPV code
72253000
II.1.3) Type of contract
Services
II.1.4) Short description
The Cabinet Office (the “Authority”), has established a contract for the provision of Conversion Therapy Victim Support Service.
Suppliers are required to provide the Deliverables (services) set out in the Specification. The full Specification is set out in the Invitation to Tender (ITT).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
360 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Authority required the development, set-up and operation of a helpline and website that will direct clients to relevant, existing services and provide initial pastoral support to individuals who have gone through, are going through, or are at risk of conversion therapy practices. The helpline and website will be collectively known as the Conversion Therapy Victim Support Service. The service is required to direct clients to existing support and to provide information and, when necessary, direct support to vulnerable persons, whilst the website will be expected to provide public information and resources on the topic of conversion therapy.
That the service required provides guidance and signposting to relevant services that users may require, such as counselling, options for making a report to the police, and other public services such as emergency housing. The service should also provide support to professionals who may be concerned about an instance of conversion therapy and are seeking support on what action to take.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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
II.2.14) Additional information
Crown Commercial Service is acting as the Agent on behalf of the Authority.
The value in II.1.7 is an indicative value over 36 months. The breakdown is as follows:
2022-2023 - £120k
2023-2024 - £120k
2024-2025 - £120k *
*Optional 3rd year extension.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:
2022/S 000-004083
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/05/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
LESBIAN, GAY AND BISEXUAL ANTI - VIOLENCE AND POLICING GROUP (trading as Galop)
8-9 Talbot Court, London
London
EC3V 0BP
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 360 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c3fa200e-5558-417a-82f0-60f52b1be70c
1) Redacted Commercial Agreement
2) Transparency Agenda
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of
security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
06/06/2022