Tender for CSE Support and Return Home Interview Services
The London Borough of Camden is seeking to award a contract for the provision of Child Sexual Exploitation Support and return home interviews services.
United Kingdom-London: Welfare services for children and young people
2019/S 047-107919
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
5 Pancras Square
London
N1C 4AG
United Kingdom
Contact person: David Walsh
Telephone: +44 2079743535
E-mail: david.walsh@camden.gov.uk
NUTS code: UKI31
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/28
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Child Sexual Exploitation (CSE) Support and Return Home Interview Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Camden (“the Council”) is seeking to award a contract for the provision of Child Sexual Exploitation (CSE) Support and return home interviews services.
The maximum annual budget for these services is 110 000 GBP. Any tender with a tender price in excess of this budget in any year of the contract term for the service will be rejected.
The contract will be for an initial period of three (3) years commencing on 2.9.2019 with the option of two (2) extensions for one (1) year each.
Full details of the service requirements are set out in the specification.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The London Borough of Camden.
II.2.4)Description of the procurement:
The London Borough of Camden (“the Council”) is seeking to award a contract for the provision of Child Sexual Exploitation (CSE) Support and return home interviews services.
The maximum annual budget for these services is 110 000 GBP. Any tender with a tender price in excess of this budget in any year of the contract term for the service will be rejected.
The contract will be for an initial period of three (3) years commencing on 2.9.2019 with the option of two (2) extensions for one (1) year each.
Full details of the service requirements are set out in the specification.
This service is being procured using the light touch regime of the Public Contracts Regulations 2015. The approach used will be a 1-stage approach similar to an open procedure. Only those providers who can demonstrate suitable expertise and experience as part of the selection stage will be evaluated against the award criteria.
Please note there is the possibility that the successful tenderer may be awarded up to a maximum of 55 000 GBP per year from a Home Office Grant for an Exploitation Worker post. This grant falls outside the scope of this tender. More information regarding this grant will be provided to the winning tenderer following the completion of the procurement process.
II.2.5)Award criteria
II.2.6)Estimated value
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
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
See selection criteria in tender documents. Minimum level of standards required.
See selection criteria in tender documents. Minimum level of standards required.
III.1.3)Technical and professional ability
See selection criteria in tender documents. Minimum level of standards required.
See selection criteria in tender documents. Minimum level of standards required.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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
Via EU Supply
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
70 Whitehall
London
EC4Y 1EU
United Kingdom
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail: info@cedr.comInternet address: http://www.cedr.com
VI.4.4)Service from which information about the review procedure may be obtained
5 Pancras Squre
London
N1 4AG
United Kingdom
E-mail: david.walsh@camden.gov.uk
VI.5)Date of dispatch of this notice: