CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-022511/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: 7 Forces Commercial Services
National registration number: N/A
Postal address: Police Headquarters, Martlesham Heath
Town: Ipswich
Postal code: IP5 3QS
Country: United Kingdom
Contact Person: Claire Baxter
Telephone: +44 01474366658
Email: claire.baxter@kent.police.uk
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Victim Referral and Support Service

Reference number: 7F-2021-C065
II.1.2) Main CPV code: 85312300
II.1.3) Type of contract: Services
II.1.4) Short Description: Police and Crime Commissioners (PCCs) are responsible for delivering an effective and efficient Police Force in their area and reducing crime. They have several statutory responsibilities including ensuring that victims have a voice and bringing together partners including Community Safety Partnerships (CSPs) and criminal justice partners to achieve the shared objectives of tackling crime and disorder and supporting victims. In addition, (PCCs) have a statutory responsibility for commissioning support services for victims of crime, regardless of whether that crime has been reported to the Police. These services should include but not be limited to,
• A referral and support service for all victims of crime.
• Therapeutic services.
• Helpline or live chat support.
• Tailored or specialist support for specific groups, needs or risks.
II.1.5) Estimated total value:
Value excluding VAT: 10450000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 – Kent Victims’ Advocacy and Support Service

Lot No:1
II.2.2) Additional CPV code(s)
85312400, 98000000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Compass House, Ashford, Kent

II.2.4) Description of the procurement:
Lot 1 – Kent Victims’ Advocacy & Support Service
This service must provide a needs and risk led approach, which has a strong evidence base that is also trauma informed. The service should be available to all victims of recorded crime who are resident in Kent, including children and young people regardless of when the crime took place or if it has been reported to the Police. If reported to the Police support must be available at all stages of the criminal justice process and beyond. If not reported to the Police, the service must be accessible and available at the point the victim wishes to seek support.
Lot 1 contract length: 4 years with an option to extend by a further 3 periods of 12 months.
Estimated Contract Value per annum: £1,000,000
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend by a further 3 periods of 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 2 – Essex Victim Referral and Support Service

Lot No:2
II.2.2) Additional CPV code(s)
85312400, 98000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and to increase levels of victim satisfaction and public confidence in the police and criminal justice system. It is also expected to support the PFCC to deliver against the priorities above, specifically promoting restorative justice, ensuring compliance with the victims’ code, encouraging reporting, providing tailored support to victims, and referring victims to specialist services.
Lot 2 contract length: 3 years with an option to extend by a further 3 periods of 12 months.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 3450000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Option to extend by a further 3 periods of 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Criteria as stated in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria: Criteria as stated in the procurement documents
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Criteria as stated in the procurement documents

III.2.2) Contract performance conditions: As detailed in the specification and tender documentation.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-10-17 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2022-10-17 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000

VI.4.2) Body responsible for mediation procedures
Official name: PDRS
Postal address: BiP Solutions, Medius 60, Pacific Way
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Telephone: +44 8452707055
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Court
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-08-15

RELATED ARTICLES

May 17, 2026

Provision of Airwave Technical Assurance and Security Architecture Services (Information Assurance) for ESMCP

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044782/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type

May 17, 2026

Cross-Channel Transport Services

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044999/S 000-2026 Nature of contract: Service contract Procedure: Open procedure Regulation of procurement: Not applicable Type