By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Domestic Violence and Abuse - Prevention and Support.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Herefordshire Council
Brockington, 35 Hafod Road
For the attention of: Angharad Boundford
HR1 1SF Hereford
UNITED KINGDOM
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: https://www.herefordshire.gov.uk/business-and-employment/tenders-and-contracts/contact-procurement/

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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Worcestershire Council
WR5 2NP
Worcester
UNITED KINGDOM

Telford and Wrekin Council
TF3 4NT
Telford
UNITED KINGDOM

Shropshire County Council
SY2 6ND
Shrewsbury
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Domestic Violence and Abuse - Prevention and Support.
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: Within the boundaries of the West Midlands region.
NUTS code
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 a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 725 280 and 7 324 088 GBP
II.1.5)Short description of the contract or purchase(s)
The service will provide an equitable, safe, sensitive, non- judgemental support service to all victims of DVA in Herefordshire. In addition to the service, the provider will work with relevant groups and agencies in Herefordshire to ensure that those exposed to DVA get the support they need to reduce risk and address the underlying causes of DVA. The service will work to prevent DVA incidents from happening and also, by effectively supporting service users, reduce the number of repeat incidents.
The service will focus on offering support to not only individuals but the family, thus ensuring that service users receive the support they need for long term recovery and the children witnessing the behaviour are supported to ensure good outcomes. Therefore the children will not replicate the behaviour of the perpetrator and focus instead on healthy strong relationships.
The service will meet the following objectives:
a) To reduce the impact of domestic violence and abuse on adults, children and young people, ensuring that they are provided with support to enable them to achieve positive outcomes
b) To improve safety and reduce risk to all service users
c) To improve quality of life for all service users
d) To work in partnership with a range of agencies and service users to prevent domestic violence and abuse and reduce future demand on services
e) To ensure a quality service is provided to all service users which promotes choice and independence
f) To reduce repeat incidents of domestic violence and abuse by enabling service users to develop skills to maximise their independence, safety and confidence.
g) To reduce the number of those presenting as homeless due to DVA.
h) To prevent the next generation of DVA victims and perpetrators
i) To reduce the impact of DVA on children and young people, ensuring that they are provided with support to enable them to achieve positive outcomes as they grow.
II.1.6)Common procurement vocabulary (CPV)

70333000, 85311000, 85000000, 85300000, 85310000, 85312000, 98000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
To provider a Domestic violence and abuse support and prevention services primarily for Herefordshire Council but also with the scope to deliver initially the IDVA service to the Local Authorities list in Annex A and potentially for them to access the entirety of the service.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
None.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None.
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
III.3.2)Staff responsible for the execution of the service

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
IV.2.2)Information about electronic auction
IV.3)Administrative information
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
IV.3.4)Time limit for receipt of tenders or requests to participate
12.11.2014
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
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
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 48
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
This notice follows on from PIN that was issued 23.7.2014.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.10.2014