Tender

2020 Modern Slavery Victim Care Procurement

HOME OFFICE

This public procurement record has 3 releases in its history.

Tender

11 Oct 2019 at 14:24

Tender

26 Sep 2019 at 09:44

Tender

25 Sep 2019 at 08:49

Summary of the contracting process

The Home Office is procuring a contract titled "2020 Modern Slavery Victim Care Procurement" aimed at providing care and support to adult victims of modern slavery and human trafficking in England and Wales. This procurement falls within the administrative social services industry and is currently in the Tender stage with an end date for submissions on 11th December 2019. The contract will include a six-month mobilisation period followed by a five-year operational term, with a total estimated value of up to £305 million. Interested parties must express their interest by 31st October 2019, and the procurement will be conducted through an open procedure above the threshold.

This tender presents a significant opportunity for businesses specialising in social services, accommodation management, translation, and transportation to contribute to vital support services for vulnerable individuals. Small to medium enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations are particularly encouraged to participate, as the contract specifications are conducive to their involvement. The successful bidder will have the chance to establish a long-term relationship with the Home Office, making a meaningful impact in helping victims of modern slavery and possibly expanding their service offerings in related sectors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

2020 Modern Slavery Victim Care Procurement

Notice Description

The Authority, is committed to raising awareness of the signs of modern slavery; to support victims to build a better life; and to bring perpetrators to justice. As part of this commitment the Authority is seeking to fulfil the UK's obligations to provide assistance to adult victims of human trafficking, detailed in Articles 11 and 12 of the Council of Europe Convention on Action Against Trafficking in Human Beings (ECAT), and is procuring a new contract to provide care for adult victims of modern slavery in England and Wales. Through this contract, accommodation, support and assistance will be provided to potential victims of modern slavery and human trafficking to assist in their recovery. The Authority will provide subsistence and support to all those where there are reasonable grounds to believe they might be a victim of human trafficking or modern slavery. The Authority seeks a commercial partner to provide the following support and assistance: * Support Services - providing accommodation or outreach support depending on the needs of victims * 24 Hour referral services - for First Responders to refer potential victims requiring immediate support ahead of making a full referral into the National Referral Mechanism * Transport - of victims and their dependants * Translation and Interpretation - to ensure that victims have the information they need in a language they understand * Subsistence - a means of providing financial support to victims * Reach In support services - for confirmed victims after leaving the main support service to aid the transition back in to society. The contract will consist of a 6 month mobilisation period, to allow suppliers to secure accommodation, staffing and set up the service to ensure a smooth transition from the existing contract, having minimal impact on the Service Users - followed by a 5 year contract, with the option to extend by up to 3 years. We anticipate that the services as detailed within the tender documents and supporting annexes will be no greater than PS160m over the initial five year term (including mobilisation). The low and high contract values given include scope for: a) the option to extend the contract from 5 to 8 years; b) volumetric variations and c) legislative or policy changes. The scope of the contract is in line with current legislation, policy and projected volumes of Service Users. However, the resulting contract must be able to respond to changes, including value increases/decreases, and/or as yet unknown legislative or policy changes and volumetric changes, and the supplier must commit to being able to undertake the additional services and be able to secure the resources to do so. The Authority, at this stage does not commit to provide the full contract value and/or any additional services, as the need for these will be reviewed throughout the lifetime of the contract. Additional information: Respondents are requested to express an interest by Thursday 31st October 2019; the process for expression of interest and requesting further information is set out below. For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice. The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest, please follow the steps set out below. The procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am. Once registered, organisations wishing to participate in the tender must send an email to: 2020MSVCProcurement@homeoffice.gov.uk. The email should be entitled "2020MSVC Procurement - Expression of Interest" and contain the following details: your organisation's name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required format (or containing the requested information) may be rejected. Participants are requested to express interest by Thursday 31st October 2019, to allow sufficient time for the tender administrative process and submission of bids. The Authority requires new Participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email detailed above, the Authority will either confirm receipt of an NDA as part of market engagement or provide access to the NDA document through the eSourcing portal. If required, the Authority will expect Participants to download and re attach a signed copy of the NDA to the event. When saving the 'pdf' document, please ensure that you include the participant organisation's name in the filename. Once a correctly signed NDA is received by the Authority, Participants will be invited to the ITT and will be able to access all of the procurement documentation. The closing date for tender submissions will be 11.00am on Wednesday 11th December 2019. ITT clarification requests must be submitted no later than Wednesday 27th November 2019. For technical assistance on the use of the eSourcing Suite contact; Crown Commercial Service Helpdesk: freephone: +44 3450103503 or email: supplier@ccs.gsi.gov.uk.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3bf7d0c9-dbec-43f6-b795-480f108f3745
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d7f9cb92-f9f1-47dd-aced-89e996ab1855
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

55 - Hotel, restaurant and retail trade services

60 - Transport services (excl. Waste transport)

79 - Business services: law, marketing, consulting, recruitment, printing and security

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

55250000 - Letting services of short-stay furnished accommodation

60140000 - Non-scheduled passenger transport

79111000 - Legal advisory services

79530000 - Translation services

79540000 - Interpretation services

85312400 - Welfare services not delivered through residential institutions

85321000 - Administrative social services

98341100 - Accommodation management services

Notice Value(s)

Tender Value
£305,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Oct 20196 years ago
Submission Deadline
11 Dec 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 May 2020 - 31 Oct 2025 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-3bf7d0c9-dbec-43f6-b795-480f108f3745-2019-10-11T15:24:48+01:00",
    "date": "2019-10-11T15:24:48+01:00",
    "ocid": "ocds-b5fd17-3bf7d0c9-dbec-43f6-b795-480f108f3745",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0078200D58000000L5A4EAK3",
        "title": "2020 Modern Slavery Victim Care Procurement",
        "description": "The Authority, is committed to raising awareness of the signs of modern slavery; to support victims to build a better life; and to bring perpetrators to justice. As part of this commitment the Authority is seeking to fulfil the UK's obligations to provide assistance to adult victims of human trafficking, detailed in Articles 11 and 12 of the Council of Europe Convention on Action Against Trafficking in Human Beings (ECAT), and is procuring a new contract to provide care for adult victims of modern slavery in England and Wales. Through this contract, accommodation, support and assistance will be provided to potential victims of modern slavery and human trafficking to assist in their recovery. The Authority will provide subsistence and support to all those where there are reasonable grounds to believe they might be a victim of human trafficking or modern slavery. The Authority seeks a commercial partner to provide the following support and assistance: * Support Services - providing accommodation or outreach support depending on the needs of victims * 24 Hour referral services - for First Responders to refer potential victims requiring immediate support ahead of making a full referral into the National Referral Mechanism * Transport - of victims and their dependants * Translation and Interpretation - to ensure that victims have the information they need in a language they understand * Subsistence - a means of providing financial support to victims * Reach In support services - for confirmed victims after leaving the main support service to aid the transition back in to society. The contract will consist of a 6 month mobilisation period, to allow suppliers to secure accommodation, staffing and set up the service to ensure a smooth transition from the existing contract, having minimal impact on the Service Users - followed by a 5 year contract, with the option to extend by up to 3 years. We anticipate that the services as detailed within the tender documents and supporting annexes will be no greater than PS160m over the initial five year term (including mobilisation). The low and high contract values given include scope for: a) the option to extend the contract from 5 to 8 years; b) volumetric variations and c) legislative or policy changes. The scope of the contract is in line with current legislation, policy and projected volumes of Service Users. However, the resulting contract must be able to respond to changes, including value increases/decreases, and/or as yet unknown legislative or policy changes and volumetric changes, and the supplier must commit to being able to undertake the additional services and be able to secure the resources to do so. The Authority, at this stage does not commit to provide the full contract value and/or any additional services, as the need for these will be reviewed throughout the lifetime of the contract. Additional information: Respondents are requested to express an interest by Thursday 31st October 2019; the process for expression of interest and requesting further information is set out below. For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice. The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest, please follow the steps set out below. The procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am. Once registered, organisations wishing to participate in the tender must send an email to: 2020MSVCProcurement@homeoffice.gov.uk. The email should be entitled \"2020MSVC Procurement - Expression of Interest\" and contain the following details: your organisation's name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required format (or containing the requested information) may be rejected. Participants are requested to express interest by Thursday 31st October 2019, to allow sufficient time for the tender administrative process and submission of bids. The Authority requires new Participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project. On receipt of an email detailed above, the Authority will either confirm receipt of an NDA as part of market engagement or provide access to the NDA document through the eSourcing portal. If required, the Authority will expect Participants to download and re attach a signed copy of the NDA to the event. When saving the 'pdf' document, please ensure that you include the participant organisation's name in the filename. Once a correctly signed NDA is received by the Authority, Participants will be invited to the ITT and will be able to access all of the procurement documentation. The closing date for tender submissions will be 11.00am on Wednesday 11th December 2019. ITT clarification requests must be submitted no later than Wednesday 27th November 2019. For technical assistance on the use of the eSourcing Suite contact; Crown Commercial Service Helpdesk: freephone: +44 3450103503 or email: supplier@ccs.gsi.gov.uk.",
        "datePublished": "2019-09-25T09:49:33+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85321000",
            "description": "Administrative social services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85312400",
                "description": "Welfare services not delivered through residential institutions"
            },
            {
                "scheme": "CPV",
                "id": "79530000",
                "description": "Translation services"
            },
            {
                "scheme": "CPV",
                "id": "98341100",
                "description": "Accommodation management services"
            },
            {
                "scheme": "CPV",
                "id": "60140000",
                "description": "Non-scheduled passenger transport"
            },
            {
                "scheme": "CPV",
                "id": "79540000",
                "description": "Interpretation services"
            },
            {
                "scheme": "CPV",
                "id": "55250000",
                "description": "Letting services of short-stay furnished accommodation"
            },
            {
                "scheme": "CPV",
                "id": "79111000",
                "description": "Legal advisory services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 160000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 305000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-12-11T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-05-14T00:00:00+01:00",
            "endDate": "2025-10-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f9c40041-2b0d-4178-a9b3-3780aaa41849",
                "datePublished": "2019-09-25T09:49:33+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/655b4b07-0d58-40ae-8868-8d0003bbf11c",
                "datePublished": "2019-09-26T10:44:51+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d7f9cb92-f9f1-47dd-aced-89e996ab1855",
                "datePublished": "2019-10-11T15:24:48+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-78285",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham St, Westminster",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "2020 MSVCC Project Team",
                "email": "2020msvcprocurement@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-78285",
        "name": "Home Office"
    }
}