Sexual and Domestic Violence Services for Leicester
Leicester City Council working with Leicestershire County Council, Rutland County Council and the Police and Crime Commissioner for Leicestershire therefore invites Tenders for the provision of Sexual and Domestic Violence Services.
United Kingdom-Leicester: Social work and related services
2015/S 090-161930
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicester City Council
Procurement Services, City Hall (4th Floor), 115 Charles Street
For the attention of: Pam Grainger
LE1 1FZ Leicester
UNITED KINGDOM
Telephone: +44 1164544038
E-mail: pam.grainger@leicester.gov.uk
Internet address(es):
General address of the contracting authority: http://www.leicester.gov.uk/homepage.aspx
Electronic access to information: https://www.eastmidstenders.org/index.html
Electronic submission of tenders and requests to participate: https://www.eastmidstenders.org/index.html
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
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Leicestershire County Council
County Hall, Glenfield
Leicester
UNITED KINGDOM
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
NUTS code UKF2
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)
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 and 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 coordinated 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 coordinated 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 (CPV)
85300000, 85121300
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:
Estimated value excluding VAT: 5 000 000 GBP
II.2.2)Information about options
Description of these options: Up to 24 months option to extend beyond the initial 40 months’ term.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 2 and 8
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:
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:
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
Description of particular conditions: Service provider contract terms and conditions supplied in the Invitation to Tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 the Regulation 23(1) and 23(2) 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 ability
(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 3 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.
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
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.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
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 36 Months.
VI.2)Information about European Union funds
VI.3)Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=143006304
GO Reference: GO-201556-PRO-6578680.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
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.5)Date of dispatch of this notice: