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: Jade More
E-mail: jade.more@beds.police.uk
NUTS: UKH12
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=53934&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=53934&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
Specialist Mental Health Victim and Witness Support
Reference number: 7F-2022-C030
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The purpose of this service is to provide expertise and support for victims and witnesses facing challenges with their mental health after experiencing a crime. It should enable them to be better able to cope and build resilience to move forward with daily life after their experience. The support should be provided in a way that meets their needs, keeps them safe, empowers them to make their own decisions, builds resilience and independence.
II.1.5) Estimated total value
Value excluding VAT:
360 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
85312300
85312320
85323000
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
The purpose of this funding is to provide expertise and support for victims and witnesses facing challenges with their mental health after experiencing a crime. It should enable them to be better able to cope and build resilience to move forward with daily life after their experience. The support should be provided in a way that meets their needs, keeps them safe, empowers them to make their own decisions, builds resilience and independence.
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:
360 000.00
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:
2 extensions are available at annual increments
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
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/11/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/04/2023
IV.2.7) Conditions for opening of tenders
Date:
21/11/2022
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
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.5) Date of dispatch of this notice
20/10/2022