Contract notice
Section I: Contracting
authority
I.1) Name and addresses
7 Forces Procurement
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Jade More
Telephone: +44 07712543855
E-mail: jade.more@bedfordshire.pnn.police.uk
NUTS: UKH23
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=39116&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=39116&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
Sexual Violence Support Services
Reference number: 7F-2020-0353
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The commissioner is seeking bids from suitable suppliers for Sexual Violence Support Services (SVSS). The contract will be established with the successful service provider on the terms of contract of the PCC in line with the requirements detailed in the Specification attached to this opportunity.
Sexual Violence Support Services will support individuals who have suffered sexual violence, abuse and assault. The service will support service users with their emotional, practical, and therapeutic needs. The service will also provide education and prevention advice in a community-based model. The service is open to all victims and available regardless of when the crime has been committed or whether or not the crime has been reported to the police. Services users will be supported on the journey to recovery by the provision of care dependent on their individual needs and their informed decisions.
.
II.1.5) Estimated total value
Value excluding VAT:
810 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85110000
85120000
85121000
85121270
85121291
85140000
85300000
85310000
85311000
85312000
85323000
98000000
85312500
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
AL8 6XF and HP1 1JQ
II.2.4) Description of the procurement
The commissioner is seeking bids from suitable suppliers for Sexual Violence Support Services (SVSS). The contract will be established with the successful service provider on the terms of contract of the PCC in line with the requirements detailed in the Specification attached to this opportunity.
Sexual Violence Support Services will support individuals who have suffered sexual violence, abuse and assault. The service will support service users with their emotional, practical, and therapeutic needs. The service will also provide education and prevention advice in a community-based model. The service is open to all victims and available regardless of when the crime has been committed or whether or not the crime has been reported to the police. Services users will be supported on the journey to recovery by the provision of care dependent on their individual needs and their informed decisions.
It is anticipated this contract will be awarded for a 3 year initial term with 2 x 12 month options to extend.
It is requested that suppliers read the Service Specification and all attached documents to aid in submitting a bid. All requirements detailed within the bid must be met under this service provision.
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:
810 000.00
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:
36 month initial term ( 3 years initial term)
2 x 12 month options to extend ( 2 x 1 year extension options)
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
II.2.14) Additional information
Please see tender documents
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.2.2) Contract performance conditions
As detailed in the attached documents
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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-010319
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/09/2021
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/09/2021
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.4.4) Service from which information about the review procedure may be obtained
7 Force Procurment Departement
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
UK
E-mail: 7forceprocurement@ecis.police.uk
Internet address(es)
URL: http://www.suffolk.police.uk
VI.5) Date of dispatch of this notice
05/08/2021