CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Essex Police |
PO Box 2 |
Chelmsford |
CM2 6DA |
UK |
King Karen |
+44 1245452620 |
procurementservices@essex.pnn.police.uk |
+44 1245452341 |
http://www.essex.police.uk/
https://kentpolice.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySpecialist Services to Support Victims of Sexual Violence. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract25 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Essex.
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement2 040 0003 400 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Contracting Authority invites interest from suitably experienced service providers for the provision of Specialist Services to Support Victims of Sexual Violence for the county of Essex for a three year period from 1.4.2016 with the option for a further 2 years in 1 year extensions (subject to funding and at the sole discretion of the Contracting Authority).
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85312300 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe Essex Police and Crime Commissioner
It is anticipated that any contract will run for a period of three years from 1.4.2016 with the option to extend for a possible further period of up to 2 years in one year lots at the sole discretion of the Contracting Authority.
An interim arrangement is currently in place and it is anticipated that TUPE will apply. |
|
2 040 0003 400 000 GBP |
II.2.2)
|
OptionsOption to extend for a possible further period of up to 2 years in 12 month blocks at the sole discretion of the Contracting Authority. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 1-4-2016 31-3-2019 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Contracting Authority reserves the right to require bonds, guarantees or other forms of undertaking and these are set out in the invitation to tender documents.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Full details shall be included within the Invitation to Tender/related tender documentation to be issued by Procurement Services on behalf of The Essex Police and Crime Commissioner. Payment will be in Great British Pounds (GBP) and will be made by means of electronic transfer. Details shall be as set out in the Invitation To Tender Document.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
The Contracting Authority reserves the right to require tenderers to take legal form, or to require 1 party to take primary liability or to require that each party take Joint and Several Liability.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Tenderers will be required to complete a suitability questionnaire (Part B of the ITT). The Contracting Authority will use this to evaluate suppliers on economic and financial standing, technical capacity and ability to ensure they meet the Contracting Authority's minimum requirements. This will include, but not limited to; name, address, telephone number, contact details, status (Sole trader, partnership, private or public company) together with the length of trading, parent or holding company details and other subsidiary companies within the group (if applicable). Failure to meet the minimum standard may prevent the tender submission from progressing further.
Suppliers Instructions on how to participate in this tender:
1. Register your company on the eSourcing portal (this is only required once)
— Browse to the eSourcing Portal: https://kentpolice.bravosolution.co.uk and click the link to register
— Accept the terms and conditions and click ‘continue’
— Enter your correct business and user details
— Note the username you chose and click ‘Save’ when complete
— You will shortly receive an email with your unique password (please keep this secure).
2. Login to the portal with the username/password
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier)
— Click on the relevant PQQ/ ITT to access the content.
— Click the ‘Express Interest’ button at the top of the page.
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only).
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining)
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
— Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT
— There may be a mixture of online offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the e-Tendering help desk.
|
III.2.2)
|
Economic and financial capacity
As III.2.1 above.
|
III.2.3)
|
Technical capacity
As III.2.1 above.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
2015/085
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 19-10-2015
13:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The Kent Police and Crime Commissioner intends to use an e-Tendering system in this procurement exercise. The tender and supporting documents must be priced in pounds sterling and all payments made under the terms of contract. The Contract shall be made in England and according to English Law. The contract is subject to the exclusive jurisdiction of the English Courts. Interested Parties wishing to be considered for appointment as a provider of these services should submit an ITT in compliance with the instructions and within the prescribed deadline. All discussions, correspondence and all meetings will be conducted in English. The contracting authority reserves the right not to make any award and reserves the right to accept all or part of any tender. The Freedom of Information Act (FOIA) applies to the contracting authority. If any supplier considers that any information supplied by them is either commercially sensitive or confidential in nature this should be highlighted and the reasons for its sensitivity specified. In such cases the relevant material will, in response to FOI requests be examined in light of exemptions provided for in the Act.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
The Royal Courts of Justice |
|
London |
WC2A 2LL |
UK |
|
+44 2079476000 |
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The Kent Police and Crime Commissioner will incorporate a minimum of 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 a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 1 month).
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 04-09-2015 |
|
ANNEX B
Information About Lots
|
1
Independent Sexual Violence Advisor |
1)
|
Short Description
Provide support to victims of sexual abuse.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85000000 |
|
|
|
|
|
3)
|
Quantity or scope
The core role of an ISVA includes making sure that victims of sexual abuse have the best possible practical advice on what counselling and other services are available to them, on the process involved in reporting a crime to the police, and on taking their case through the criminal justice process should they choose to do so.’
For those victims going through the Criminal Justice process, the ISVA role as a key supporter is described as:
— Understanding the views, wishes and concerns of the victim,
— Providing support and information through interviews and court hearings, familiarisation with the court and its procedures and guidance on special measures,
— Accompanying the victim on a pre-trial visit to court and while they give evidence in court or the live link room (where the court approves this),
— Acting as a main liaison point with family members and friends,
— Liaising with legal, health, education and social work professionals and those offering therapy and counselling prior to a criminal trial,
— Arranging links with experts if there are specific vulnerabilities.
ISVA services have developed in an ad hoc and fragmented way nationally and locally, and this specification aims to provide a basis for the development of a more consistent, quality service for victims in Essex. The specification also seeks to help to address some of the concerns about the variable development of the ISVA role, evidencing their effectiveness more clearly, and the need to enhance practice. The OPCC is keen to work with the successful provider to develop standards for an effective ISVA Service in the county.
720 0001 200 000
GBP.
|
4)
|
Indication about different contract dates 1-4-2016 31-3-2019 |
5)
|
Additional Information about lots
The Contracting Authority is using an e-Tendering portal for this procurement exercise.
|
ANNEX B
Information About Lots
|
2
Community Based Services for the Victims of Sexual Violence |
1)
|
Short Description
Community Based Services for the Victims of Sexual Violence.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85312300 |
|
|
|
|
|
3)
|
Quantity or scope
Community based sexual violence services tend to provide longer term specialist ‘wraparound’ therapeutic support for a victim or survivor, with a focus on helping them to recover from the harm they have experienced.
Services can include:
— confidential information and support helplines,
— face to face counseling,
— general advocacy (help with housing, financial, life skills, health, employment),
— group work,
— child and family practice (direct work with children and families, and parenting support),
— work with young people and adolescents,
Different approaches will be required depending on the individual's situation.
Some victims are likely to have more complex needs, with feelings of guilt and self-loathing and adoption of poor coping mechanisms such as avoidance, isolation, drug and alcohol issues, and mental health problems such as depression and anxiety.
Some will experience additional barriers to accessing justice, such as adult survivors of child sexual abuse, those in the asylum system, in prison, with learning disabilities, in prostitution, with mental health issues, from minority ethnic populations and traveller communities.
1 320 0002 200 000
GBP.
|
4)
|
Indication about different contract dates 1-4-2016 31-3-2019 |
5)
|
Additional Information about lots
The Contracting Authority intends to use an e-Sourcing portal in this procurement exercise.
|
|