Pam Grainger has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | TAN0205 Sexual and Domestic Violence Services for Leicester, Leicestershire and Rutland |
Notice type: | Contract Notice |
Authority: | Pam Grainger |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Leicester, Leicestershire and Rutland Councils have been commissioning specialist domestic and/or sexual violence services for a number of years. The current provisions come to an end in November 2015. The Office of the Police & Crime Commissioner for Leicestershire (OPCC) also has a commitment to commission support services for those affected by sexual and domestic violence across Leicester, Leicestershire & Rutland from October 2015. This presents an opportunity to work together to make the most of the resource collectively available and to share learning from previous contract management, stakeholder engagement and service user feedback. The respective organisations have made a commitment to work together to align shared interests and pool a degree of resource to better meet local need. Leicester City Council working with Leicestershire County Council, Rutland County Council and the Police & Crime Commissioner for Leicestershire therefore invites Tenders for the provision of Sexual and Domestic Violence Services. The parties wish to commission an information and support service(s) for those aged 13 and over affected by sexual and domestic violence that works across Leicester, Leicestershire and Rutland. This would encompass the following core activities: • Helpline service • Face to face support • Support for third parties (friends, family members, colleagues) • Information on options available, including for those concerned about own behaviour or local practitioners • Safety planning and risk assessment (Safe Lives, DASH) • Support planning, key working and support co-ordination • Advocacy • Individual and group support • Appropriate therapeutic support • Attendance at MARAC and Specialist Domestic Violence Court • Neighbourhood profile/ networking • Gendered provision New Service Model The new service model needs to realise a consistent and co-ordinated offer of care across our sub-region. It will provide highly skilled engagement and support options for those who have been affected by sexual and domestic violence and complement the wider co-ordinated community response. The service will focus on improving safety, health, wellbeing, and reducing risk. The proposed Contract will be for 40 months with an option to extend for up to 24 months. It is the Council’s belief that the model best suited to delivery will be a Consortium or Main Contractor with Sub-Contractors, however the Council will consider any model that is proposed to deliver the Services outlined in the Specification. Please register on Due North https://www.eastmidsTenders.org/proContract/emp/supplier.nsf/frm_home?ReadForm .Additional information is provided in section VI.3 of this Contract Notice. |
Published: | 06/05/2015 17:17 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Leicester City Council
Procurement Services, City Hall (4th Floor), 115 Charles Street, Leicester, LE1 1FZ, United Kingdom
Tel. +44 1164544038, Email: pam.grainger@leicester.gov.uk, URL: http://www.leicester.gov.uk/homepage.aspx
Attn: Pam Grainger
Electronic Access URL: https://www.eastmidstenders.org/index.html
Electronic Submission URL: https://www.eastmidstenders.org/index.html
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: TAN0205 Sexual and Domestic Violence Services for Leicester, Leicestershire and Rutland
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKF2 - Leicestershire, Rutland and Northamptonshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Social work and related services. Surgical specialist services. Leicester, Leicestershire and Rutland Councils have been commissioning specialist domestic and/or sexual violence services for a number of years. The current provisions come to an end in November 2015. The Office of the Police & Crime Commissioner for Leicestershire (OPCC) also has a commitment to commission support services for those affected by sexual and domestic violence across Leicester, Leicestershire & Rutland from October 2015.
This presents an opportunity to work together to make the most of the resource collectively available and to share learning from previous contract management, stakeholder engagement and service user feedback. The respective organisations have made a commitment to work together to align shared interests and pool a degree of resource to better meet local need.
Leicester City Council working with Leicestershire County Council, Rutland County Council and the Police & Crime Commissioner for Leicestershire therefore invites Tenders for the provision of Sexual and Domestic Violence Services.
The parties wish to commission an information and support service(s) for those aged 13 and over affected by sexual and domestic violence that works across Leicester, Leicestershire and Rutland. This would encompass the following core activities:
• Helpline service
• Face to face support
• Support for third parties (friends, family members, colleagues)
• Information on options available, including for those concerned about own behaviour or local practitioners
• Safety planning and risk assessment (Safe Lives, DASH)
• Support planning, key working and support co-ordination
• Advocacy
• Individual and group support
• Appropriate therapeutic support
• Attendance at MARAC and Specialist Domestic Violence Court
• Neighbourhood profile/ networking
• Gendered provision
New Service Model
The new service model needs to realise a consistent and co-ordinated offer of care across our sub-region. It will provide highly skilled engagement and support options for those who have been affected by sexual and domestic violence and complement the wider co-ordinated community response. The service will focus on improving safety, health, wellbeing, and reducing risk.
The proposed Contract will be for 40 months with an option to extend for up to 24 months. It is the Council’s belief that the model best suited to delivery will be a Consortium or Main Contractor with Sub-Contractors, however the Council will consider any model that is proposed to deliver the Services outlined in the Specification.
Please register on Due North https://www.eastmidsTenders.org/proContract/emp/supplier.nsf/frm_home?ReadForm .Additional information is provided in section VI.3 of this Contract Notice.
II.1.6)Common Procurement Vocabulary:
85300000 - Social work and related services.
85121300 - Surgical specialist services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
All services that ensure successful delivery of the contract as required by the specification and in the Invitation to Tender documents.
Estimated value excluding VAT: 5,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Up to 24 months option to extend beyond the initial 40 months’ term
If known, Provisional timetable for recourse to these options:
Duration in months: 36 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 2 to 8
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 40 (from the award of the contract)
Information About Lots
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 guarantees or other forms of appropriate security.
The right to require the provision of appropriate guarantees, warranties and insurances is reserved. In the event that you intend to contract with Leicester City Council in a consortium or Special Purpose Vehicle Leicester City Council will require the consortium members to provide forms of guarantee and/or financial security for the consortium’s obligations. Exact details of the requirements are set out in the Invitation to Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Invitation to Tender documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council requires a contract with a legal entity. In the event of a consortium bid, the Council will only enter into a contract with a suitable legal entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Service provider contract terms and conditons supplied in the Invitation to Tender documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
As set out in the Invitation to Tender documents
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender documents
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the Invitation to Tender documents
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender documents
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: TAN0205 SVDV Services for LLR
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 24/06/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/06/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
Date: 25/06/2015
Time: 12:00
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 36 Months
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=143006304
GO-201556-PRO-6578680 TKR-201556-PRO-6578679
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
LONDON, WC2A 2LL, United Kingdom WC2A 2LL LONDON UK
VI.4.2)Lodging of appeals: In accordance with the Public Contract Regulations 2015 (SI 102) (the
regulations) the Council will operate a standstill period of not less than 10
days between notifying contractors of its intent to award the contract and the
award of the contract. Any appeal during this period shall be addressed to:
City Barrister and Head of Standards,
Leicester City Council,
16 New Walk,
Leicester
LE1 6UB
UK
If the appeal is not successfully resolved contractors may commence legal
action for breach of duty in the High Court in accordance with Regulation 92,
within 30 days of the date when grounds for stating proceedings first arose.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 06/05/2015
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Leicestershire County Council
County Hall, Glenfield, Leicester, United Kingdom