Child Contact Interventions and Contact Activities
Maximum number of participants to the framework agreement envisaged: 150. We are seeking to appoint providers to a framework agreement in support of our frontline service delivery to include Child Contact Interventions, Separated Parent Information Programmes and Domestic Violence Perpetrator Programmes. UK-Stafford: education and training services
2012/S 171-282905
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cafcass
University Court, Whittle Rise, Staffordshire Technology Park
Contact point(s): Cafcass, Commissioning and Partnerships Team
ST18 0GE Stafford
UNITED KINGDOM
E-mail: CandPMonitoring@cafcass.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://www.cafcass.gov.uk
Electronic access to information: http://www.cafcass.gov.uk/commissioning_and_partnership.aspx
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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Child Contact Interventions and Contact Activities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Nationally across England.
NUTS code UKC,UKD,UKE,UKF,UKG,UKH,UKI,UKJ,UKK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 150
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 15 000 000,00 and 18 000 000,00 GBP
Frequency and value of the contracts to be awarded: Annually.
II.1.5)Short description of the contract or purchase(s)
Cafcass champions the interests of children involved in family court proceedings, advising the family courts in England on what it considers to be in the best interests of individual children. We are seeking to appoint providers to a framework agreement in support of our frontline service delivery to include Child Contact Interventions, Separated Parent Information Programmes and Domestic Violence Perpetrator Programmes. These services fall within Part B of the Public Services Contract Regulations (2006) and this is a voluntary notice, Cafcass does not intend to be bound by the Regulations beyond those applicable to Part B Services. Tender documents are available on the Cafcass website www.cafcass.gov.uk, bidders should e-mail CandPMonitoring@Cafcass.gsi.gov.uk to confirm their interest and receive a bidder reference number.
II.1.6)Common procurement vocabulary (CPV)
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: yes
Tenders may be submitted for one or more lots
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:
The contract for child contact activities is split into 3 main lots covering: Child contact interventions, Separated Parent Information Programmes and Domestic Violence Perpetrator programmes. Each lot is also further subdivided by geographical location. See tender documents for full details. The intention is that the framework agreement will run for a 3 year period and that individual contracts will be awarded annually depending on service need and funding. Cafcass shall have the option to extend the framework for a further 1 year period at its discretion.
Estimated value excluding VAT:
Range: between 15 000 000,00 and 18 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 3 and 4
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
Starting 1.4.2013. Completion 31.3.2014
Information about lots
Lot No: 1 Lot title: Child Contact Interventions
1)Short description
Child contact interventions at a variety of locations across England. This lot is further sub-divided by geographical location see tender documents for details.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 500 000,00 and 5 500 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: SPIP
1)Short description
Separated Parents Information Programmes at a variety of locations across England. This lot is further sub-divided by geographical location see tender documents for details. This is a demand lead service.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 8 000 000,00 and 10 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: DVPP
1)Short description
Domestic Violence Perpetrator Programmes at a variety of locations across England. This lot is further sub-divided by geographical location see tender documents for details. This is a demand lead service.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 800 000,00 and 2 500 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional 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:
As set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
Tender reference CAF057/12
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.11.2012 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
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
Full details of the tender including all documents are available on the Commissioning and Partnerships section of the Cafcass website. www.cafcass.gsi.gov. uk.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Cafcass will give a voluntary 10 calender day standstill period prior to contract award for the lodging of appeals with the Head of Procurement, details in VI.4.3 below.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:3.9.2012