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 Notice

Conversion Therapy - Victim Support Service

  • First published: 12 February 2022
  • Last modified: 12 February 2022
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
12 February 2022
Deadline date:
14 February 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority requires the development, set-up and operation of a helpline and website that will direct clients to relevant, existing services and provide initial pastoral support to individuals who have gone through, are going through, or are at risk of conversion therapy practices. The helpline and website will be collectively known as the Conversion Therapy Victim Support Service. The service will be required to direct clients to existing support and to provide information and, when necessary, direct support to vulnerable persons, whilst the website will be expected to provide public information and resources on the topic of conversion therapy.

That the service required provides guidance and signposting to relevant services that users may require, such as counselling, options for making a report to the police, and other public services such as emergency housing. The service should also provide support to professionals who may be concerned about an instance of conversion therapy and are seeking support on what action to take.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Cabinet Office

Sanctuary Buildings, 20 Great Smith Street

London

SW1P 3BT

UK

Telephone: +44 3450103503

E-mail: ctconsultation@cabinetoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Conversion Therapy - Victim Support Service

Reference number: RM6324

II.1.2) Main CPV code

72253000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Cabinet Office (the “Authority”), is seeking to establish a contract for the provision of Conversion Therapy Victim Support Service.

Suppliers will be required to provide the Deliverables (services) set out in the Specification. The full Specification is set out in the Invitation to Tender (ITT).

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)

85312320

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Authority requires the development, set-up and operation of a helpline and website that will direct clients to relevant, existing services and provide initial pastoral support to individuals who have gone through, are going through, or are at risk of conversion therapy practices. The helpline and website will be collectively known as the Conversion Therapy Victim Support Service. The service will be required to direct clients to existing support and to provide information and, when necessary, direct support to vulnerable persons, whilst the website will be expected to provide public information and resources on the topic of conversion therapy.

That the service required provides guidance and signposting to relevant services that users may require, such as counselling, options for making a report to the police, and other public services such as emergency housing. The service should also provide support to professionals who may be concerned about an instance of conversion therapy and are seeking support on what action to take.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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:

The duration of the contract is for 24 months with the option to extend for a further 12 months at the discretion of the Authority.

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

Crown Commercial Service is acting as the Agent on behalf of the Authority.

The value in II.2.6 is an indicative value over 36 months. The breakdown is as follows:

2022-2023 - £120k

2023-2024 - £120k

2024-2025 - £120k *

*Optional 3rd year extension.

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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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

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 with a single operator.

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 000-031976

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/02/2022

Local time: 15:00

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: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/02/2022

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please refer to the following link for the Contracts Finder Notice: https://www.contractsfinder.service.gov.uk/Notice/0a9a62e1-3b86-4264-b14f-82a8b0649b31

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

The Supplier is required to submit prior to the Contract Award date all the due certificates, statements and other means of proof requested in the ITT.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

11/02/2022

Coding

Commodity categories

ID Title Parent category
85312320 Counselling services Social work services without accommodation
72253000 Helpdesk and support services System and support 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:
ctconsultation@cabinetoffice.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.