Domestic Abuse Victim and Perpetrator Services Hampshire
3 Lots. Victim services will cover the Hampshire County Council area, excluding Portsmouth, Southampton and the Isle of Wight.
United Kingdom-Winchester: Health and social work services
2018/S 182-412379
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Castle, High Street
Winchester
SO23 8UJ
United Kingdom
E-mail: procurement.policy@hants.gov.uk
NUTS code: UKJ36
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Domestic Abuse Victim and Perpetrator Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Hampshire County Council, in partnership with The Office of the Police and Crime Commissioner and Southampton City Council is seeking appropriately qualified and experienced providers to tender for the provision of domestic abuse victim and perpetrator services. Victim services will cover the Hampshire County Council area, excluding Portsmouth, Southampton and the Isle of Wight, whilst perpetrator services will cover the Hampshire County Council and Southampton City Council areas. The contract starts on 1.4.2019 with a proposed 5 year initial term and the option to extend for a further 24 months. The contract has 3 Lots as shown below and providers can bid on single or multiple Lots.
— Lot 1: Victim Services Eastern Hampshire and Hampshire Front Door Service,
— Lot 2: Victim Services Western Hampshire,
— Lot 3: Perpetrator Services — HCC and SCC areas.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Victim Services Eastern Hampshire and Hampshire Front Door
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This Lot relates to the delivery of domestic abuse victim services for the Eastern Hampshire Area and also the provision of a single domestic abuse “Front Door” service. The Eastern Hampshire area consists of the following areas — Hart, Rushmoor, East Hants, Havant, Fareham and Gosport. The domestic abuse “Front Door” will act as the first point of contact, information, advice, assessment and triage for victims, their children, perpetrators and professionals, providing a whole family approach. The initial value of this Lot is up to 6 785 310 GBP, as detailed in the specification. However, please note that the Authority will be seeking additional funding relating to domestic abuse services, during the life of the contract, and will be seeking to use this additional funding with the contracted service providers. Sources of additional funding may come from, but is not limited to, Central Government, Home Office, NHS, CCGs, Ministry of Justice, Ministry of Housing, Office of Police and Crime Commissioner and Hampshire Constabulary. The advertised total contract value therefore reflects an increased value to include any potential additional funding received.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial contract period is for 5 years, with the potential option to extend for a further 24 months. This may be in a single extension of 24 months, or 2 separate extensions of 12 months, as deemed appropriate by the Authority.
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Victim Services Western Hampshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This Lot is for the provision of domestic abuse victim services for Western Hampshire. The Western Hampshire area is deemed to include the following areas — Basingstoke and Deane, Test Valley, Winchester, Eastleigh and New Forest. The initial value of this Lot is up to 4 963 490 GBP, as detailed in the specification. However, please note that the Authority will be seeking additional funding relating to domestic abuse services, during the life of the contract, and will be seeking to use this additional funding with the contracted service providers. Sources of additional funding may come from, but is not limited to, Central Government, Home Office, NHS, CCGs, Ministry of Justice, Ministry of Housing, Office of Police and Crime Commissioner and Hampshire Constabulary. The advertised Total Contract Value therefore reflects an increased value to include any potential additional funding received.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial contract period is for 5 years, with the potential option to extend for a further 24 months. This may be in a single extension of 24 months, or 2 separate extensions of 12 months, as deemed appropriate by the Authority.
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Perpetrator Service — Hampshire and Southampton
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This Lot is for the provision of perpetrator services for the Hampshire County Council and Southampton City Council areas. The initial value of this Lot is up to 1 561 000 GBP, as detailed in the specification. However, please note that the Authority will be seeking additional funding relating to domestic abuse services, during the life of the contract, and will be seeking to use this additional funding with the contracted service providers. Sources of additional funding may come from, but is not limited to, Central Government, Home Office, NHS, CCGs, Ministry of Justice, Ministry of Housing, Office of Police and Crime Commissioner and Hampshire Constabulary. The advertised Total Contract Value therefore reflects an increased value to include any potential additional funding received.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial contract period is for 5 years, with the potential option to extend for a further 24 months. This may be in a single extension of 24 months, or 2 separate extensions of 12 months, as deemed appropriate by the Authority.
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 – 62 of Directive 2014/24/EC and Regulation 57 of the Public Contracts Regulations 2015. Organisations are advised it is a condition of this contract that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.
III.1.2)Economic and financial standing
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 – 62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
As per the requirements of Regulation 58 of the Public Contracts Regulations 2015, and set out in the Invitation to Tender documentation.
III.1.3)Technical and professional ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 – 62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
As per the requirements of Regulation 58 of the Public Contracts Regulations 2015, and set out in the Invitation to Tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The estimated advertised value of this contract allows for additional funding which the Authority will be proactively seeking from external sources, and it is anticipated will be channeled through this contract. Sources of additional funding may include, but not be limited to, Central Government, Local Government, Home Office, NHS, Clinical Commissioning Groups, Ministry of Justice, Ministry of Housing, Office of Police and Crime Commissioner and Hampshire Constabulary. The advertised Total Contract Value therefore reflects an increased value over and above the detailed funding as stated in the procurement documents, to allow for any additional funding obtained.
VI.4.1)Review body
The Castle, High Street
Winchester
SO238UJ
United KingdomInternet address: www.hants.gov.uk
VI.4.3)Review procedure
As set out in the Public Contracts Directive 2014/24/EU
VI.5)Date of dispatch of this notice: