Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Angela Wilson
Telephone: +44 1709334551
E-mail: Angela-proc.Wilson@rotherham.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.rotherham.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Domestic Abuse Safe Accommodation Service Including Refuge
Reference number: 22-306
II.1.2) Main CPV code
85311000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of safe accommodation and specialist domestic abuse support services for victims and survivors, including refuge and dispersed units. This award covers both the Core Contract and a Framework Agreement for future non-core services. The procurement process has concluded and the contract has now been awarded.
.
The Service will run for a period of four (4) years with the option to extend for up to a further 2 years and will commence on 1/10/2025.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85300000
98000000
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Rotherham
II.2.4) Description of the procurement
The Core contact will include a minimum of 8 units in a refuge provision and a minimum of 2 dispersed properties. The core refuge provision is a dedicated single sex space for women only and their children; the dispersed properties have no exclusion criteria. The services will provide specialist domestic abuse support. The service will support victims of domestic abuse to keep themselves and their dependents safe, to live independently, developing confidence, enabling participation in group work and social activities to combat loneliness and social isolation. Individuals will also be supported to gain the skills required to manage their tenancy and to participate as fully as possible in the local community. The Service will support victims and survivors to assess move-on options available to them and navigate positive and managed moves to a longer term, settled home, with accompanying safety plans.
.
The service will be a short-term arrangement, expected to be an average of between three and six months.
.
The core contract as described above will be a block contract.
.
In addition to the core contract valued at £250,000 per annum described above, the Council is looking to enter into a Single Provider Framework for non-core activity. The non-core requirements as they arise will be subject to negotiation and agreement with the successful provider. The non-core activity will form part of a framework contract for additional services which the Council may place orders for from time to time subject to any additional funding. There is no commitment from the Council that any orders will be placed for non-core activity as a result of additional funding that is secured. The non-core activity value can be up to 100% of the core contract value.
.
Taking into account for the core and potential non-core activity, the total value range for all activity across the full 6-year contract duration is between £1,000,000 (core contract for initial 4-year term only) and £3,000,000 (inclusive of the core contract and any non-core activity over the 6 years).
.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 80
Quality criterion: Social Value
/ Weighting: 20
Price
/ Weighting:
0
II.2.11) Information about options
Options:
Yes
Description of options:
the term of the Framework and Core Contract is 4 years and in both cases there is an option to extend for up to a further 2 years.
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
The Framework will run from 1/10/2025 and will run for a period of 4 years with the option to extend by up to a further 2 years.
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:
2025/S 000-004929
Section V: Award of contract
Contract No: 1
Title: Domestic Abuse Safe Accommodation Service Including Refuge
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/09/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Hopian
1141699
18 High Street, Rotherham, UK
ROTHERHAM
S60 1PP
UK
Telephone: +44 0750070861
E-mail: sue.wynne@hopian.org.uk
NUTS: UKE31
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: 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. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
25/09/2025