Delivery of Domestic Abuse Service in Durham
The primary objective of the Contract is to engage a single Provider who will deliver an innovative and contemporary domestic abuse service.
United Kingdom-Durham: Health and social work services
2016/S 103-184744
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Louiza McIntosh
DH1 5UL Durham
UNITED KINGDOM
E-mail: louiza.mcintosh@durham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
Electronic access to information: https://procontract.due-north.com
Electronic submission of tenders and requests to participate: https://procontract.due-north.com
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
Social protection
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: County Durham.
NUTS code UKC14
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)
II.1.6)Common procurement vocabulary (CPV)
85000000
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:
Optional contract extension period 1.4.2018 to 31.3.2019.
Estimated value excluding VAT:
Range: between 815 000 and 1 310 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
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.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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
Minimum level(s) of standards possibly required: Public Liability GDP — 5 000 000;
Employer Liability GDP — 10 000 000.
Professional Indemnity GDP — 1 000 000.
III.2.3)Technical capacity
In accordance with Articles 58 of Directive 201/14/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Tender documents available from the NEPO Portal as detailed in Section VI.3)
Minimum level(s) of standards possibly required:
Bidders must successful pass all parts A to F of the Business Questionnaire set out in the ITT Document 3, Tender, in-line with the evaluation criteria listed. Parts A to F of the Business Questionnaire includes grounds for exclusion, insurance, health and safety, equality and diversity and essential criteria which will be scored on a pass / fail basis.
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
The most economically advantageous tender in terms of the criteria stated below
1. Relevant knowledge and experience. Weighting 15
2. Service delivery. Weighting 20
3. Service improvements. Weighting 20
4. People resources. Weighting 20
5. Partnership working. Weighting 15
6. Price. Weighting 10
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
see website www.procontract.due-north.com, search for project ID: DN165519
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.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 1.7.2016 – 12:00
Place:
Council of the County of Durham.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of the Council.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Newport City Council Advocacy Services
Provide Mental Health Recovery Services for Adults
Commission for Young Peoples Counselling Service
Delivery of National Child Sexual Abuse Centre of Expertise
Advocacy for Victims of Violence Against Women and Girls