Camden Council‘s Domestic Violence and Abuse Refuge Service
The service, comprising 25 bed spaces spread across four properties, is for women and children who are experiencing DVA.
United Kingdom-London: Social work services with accommodation
2015/S 174-316842
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Camden
5 Pancras Square
For the attention of: Kate Collins
N1C 4AG London
UNITED KINGDOM
Telephone: +44 2079741892
E-mail: kate.collins@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13325&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13325&B=LBCAMDEN
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The service, comprising 25 bed spaces spread across four properties, is for women and children who are experiencing DVA. This accommodation is designed to perform several functions, support provision will be between 9 and 12 months:
— Provide safe temporary accommodation for those women and children fleeing DVA,
— Support and prepare service users for options out of the refuge,
— Increase DVA awareness amongst service users,
— Ensure that those identified with relevant need receive specialist and high-level interventions for mental health, drug and/or alcohol issues,
— Ensure those with relevant need receive interventions from family services and social work services.
II.1.6)Common procurement vocabulary (CPV)
85311000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The service, comprising 25 bed spaces spread across four properties, is for women and children who are experiencing DVA. This accommodation is designed to perform several functions, support provision will be between 9 and 12 months:
— Provide safe temporary accommodation for those women and children fleeing DVA,
— Support and prepare service users for options out of the refuge,
— Increase DVA awareness amongst service users,
— Ensure that those identified with relevant need receive specialist and high-level interventions for mental health, drug and/or alcohol issues,
— Ensure those with relevant need receive interventions from family services and social work services.
Estimated value excluding VAT: 1 120 000 GBP
II.2.2)Information about options
Description of these options: The initial contract term is for 2 years with the option of 3 extensions of 1 year each, at the sole discretion of the Council.
II.2.3)Information about renewals
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: For more information please see tender documents on EU Supply.
III.2.3)Technical capacity
For more information please see tender documents on EU Supply.
Minimum level(s) of standards possibly required:
For more information please see tender documents on EU Supply.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
VI.5)Date of dispatch of this notice: