Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Domestic Abuse Safe Accommodation Service Including Refuge

  • First published: 26 September 2025
  • Last modified: 26 September 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04ce5c
Published by:
Rotherham Metropolitan Borough Council
Authority ID:
AA46390
Publication date:
26 September 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
98000000 Other community, social and personal services Other Services
85300000 Social work and related services Health and social work services
85311000 Social work services with accommodation Social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Angela-proc.Wilson@rotherham.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.