Tender

HCC - 12/25 - Provision of County Wide Advocacy Service and One Stop Shops for Victims and Survivors of Violence against Women and Girls

HERTFORDSHIRE COUNTY COUNCIL

This public procurement record has 3 releases in its history.

Tender

11 Dec 2025 at 14:48

Planning

23 Jul 2025 at 16:05

Planning

02 Apr 2025 at 09:46

Summary of the contracting process

Hertfordshire County Council is currently conducting a procurement process for the provision of a countywide advocacy service and one-stop shops for victims and survivors of violence against women and girls. Located in the United Kingdom, specifically in Hertfordshire, this tender is in the 'Tender' stage, following an open procedure, under the light touch regime which allows for specific flexibility in service procurement. The deadline for tender submissions is set for 12 noon on the 23rd of January 2026. The services involve a comprehensive approach to supporting victims, including specialist advocacy, housing, and legal advice, and therapeutic support. The contract, valued at a gross amount of £15,840,000, is set to commence on the 1st of July 2026 and will initially run for three years with an option for a two-year extension. The enquiry period closes on the 9th of January 2026, with the award expected by the 16th of March 2026.

This public procurement tender presents substantial opportunities for businesses involved in social services, legal advocacy, housing support, and therapeutic counselling. Organisations experienced in coordination of integrated services under one contract are particularly well-suited to compete, especially those with a capacity to sub-contract elements to meet varied service delivery needs. SMEs and VCSEs with a focus on community and social work can find this tender beneficial for business growth, as it encompasses diverse support strategies for vulnerable populations. The structured approach to evaluation, covering both price and quality aspects, offers businesses an avenue to contribute innovative and efficient service models while competing effectively on quality criteria that extend beyond pricing alone.

How relevant is this notice?

Notice Information

Notice Title

HCC - 12/25 - Provision of County Wide Advocacy Service and One Stop Shops for Victims and Survivors of Violence against Women and Girls

Notice Description

Hertfordshire County Council wishes to procure a County Wide Advocacy Service and One Stop Shops for Victims and Survivors of Violence against Women and Girls The Service Specification is for the provision of a countywide advocacy service to support victims and survivors of abuse types considered as forms of violence against women and girls (VAWG). These include, but are not limited to; o Domestic abuse o Sexual abuse o Stalking and harassment o Forced marriage o So-called 'honour-based abuse o Female genital mutilation This Service will act as a 'One Front Door' for access to our 'One Stop Shop' (OSS). The support offered at the OSS can vary, however the core focus of the Strategy is support around: * Specialist advocacy provision including risk assessment and safety planning; * Housing advice and advocacy; * Legal advice in family, immigration, and/or housing law as well as criminal justice support; * Economic advice including benefit and debt advice; and * Therapeutic support including individual and group counselling. Due to the high degree of coordination required to manage all the service elements of this Contract, and to ensure the Services are delivered in a joined up and structured way, the Commissioners have decided to award a Contract to one organisation who will be responsible to them for contract delivery but which can sub-contract the delivery of elements of the Services, it is therefore not suitable for this contract to be split in to Lots. Full details of the requirement can be found in the Service Specification which is in Schedule 1 of the Contract Document. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. Organisations must complete and submit a Tender by the deadline of 12 noon on the 23rd of January 2026. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Please Note: The TUPE Employee Liability Information has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree: a) To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party . b) That under no circumstances will any of the information be disclosed by your organisation to any third party without the Council's prior consent in writing. c) That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation's bid has been submitted or you decide not to proceed with a tender submission. d) That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Employee Liability Information. e) The requirements above apply whether the supplier uploads a tender response to this procurement or not.

Lot Information

Lot LOT-0001

Renewal: The Initial Contract Period is three (3) years with the option to extend for up to two (2) further years, year on year and subject to available funding

Planning Information

If you would like to attend, please email holly.burton@hertfordshire.gov.uk to receive an invite. You will then be sent the questions that will be discussed on the day, though these may be subject to change. These do not need to be answered prior to the PME but are being provided to allow preparation for the day's discussion. Participation in the PME will be at each organisation's own cost. No expense in responding to this PME will be reimbursed by the Council.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fbc7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/082077-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

75200000 - Provision of services to the community

85000000 - Health and social work services

85312300 - Guidance and counselling services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£13,200,000 £10M-£100M
Lots Value
£13,200,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Dec 20252 weeks ago
Submission Deadline
23 Jan 20264 weeks to go
Future Notice Date
8 Aug 2025Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
HERTFORDSHIRE COUNTY COUNCIL
Contact Name
Carrie Taylor
Contact Email
strategic.procurement@hertfordshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
STEVENAGE
Postcode
SG1 2FQ
Post Town
Stevenage
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH26 North and East Hertfordshire
Delivery Location
TLH23 Hertfordshire CC

Local Authority
Stevenage
Electoral Ward
Symonds Green
Westminster Constituency
Stevenage

Further Information

Notice Documents

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-h6vhtk-04fbc7-2025-12-11T14:48:59Z",
    "date": "2025-12-11T14:48:59Z",
    "ocid": "ocds-h6vhtk-04fbc7",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWJT-5264-WYMY",
            "name": "Hertfordshire County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWJT-5264-WYMY"
            },
            "address": {
                "streetAddress": "Robertson House, Six Hills Way",
                "locality": "Stevenage",
                "postalCode": "SG1 2FQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH23"
            },
            "contactPoint": {
                "name": "Carrie Taylor",
                "email": "strategic.procurement@hertfordshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hertfordshire.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWJT-5264-WYMY",
        "name": "Hertfordshire County Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "If you would like to attend, please email holly.burton@hertfordshire.gov.uk to receive an invite. You will then be sent the questions that will be discussed on the day, though these may be subject to change. These do not need to be answered prior to the PME but are being provided to allow preparation for the day's discussion. Participation in the PME will be at each organisation's own cost. No expense in responding to this PME will be reimbursed by the Council.",
                "dueDate": "2025-08-08T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "012442-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012442-2025",
                "datePublished": "2025-04-02T10:46:09+01:00",
                "format": "text/html"
            },
            {
                "id": "042526-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042526-2025",
                "datePublished": "2025-07-23T17:05:33+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "HCC2516934",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "HCC - 12/25 - Provision of County Wide Advocacy Service and One Stop Shops for Victims and Survivors of Violence against Women and Girls",
        "description": "Hertfordshire County Council wishes to procure a County Wide Advocacy Service and One Stop Shops for Victims and Survivors of Violence against Women and Girls The Service Specification is for the provision of a countywide advocacy service to support victims and survivors of abuse types considered as forms of violence against women and girls (VAWG). These include, but are not limited to; o Domestic abuse o Sexual abuse o Stalking and harassment o Forced marriage o So-called 'honour-based abuse o Female genital mutilation This Service will act as a 'One Front Door' for access to our 'One Stop Shop' (OSS). The support offered at the OSS can vary, however the core focus of the Strategy is support around: * Specialist advocacy provision including risk assessment and safety planning; * Housing advice and advocacy; * Legal advice in family, immigration, and/or housing law as well as criminal justice support; * Economic advice including benefit and debt advice; and * Therapeutic support including individual and group counselling. Due to the high degree of coordination required to manage all the service elements of this Contract, and to ensure the Services are delivered in a joined up and structured way, the Commissioners have decided to award a Contract to one organisation who will be responsible to them for contract delivery but which can sub-contract the delivery of elements of the Services, it is therefore not suitable for this contract to be split in to Lots. Full details of the requirement can be found in the Service Specification which is in Schedule 1 of the Contract Document. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. Organisations must complete and submit a Tender by the deadline of 12 noon on the 23rd of January 2026. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Please Note: The TUPE Employee Liability Information has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree: a) To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party . b) That under no circumstances will any of the information be disclosed by your organisation to any third party without the Council's prior consent in writing. c) That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation's bid has been submitted or you decide not to proceed with a tender submission. d) That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Employee Liability Information. e) The requirements above apply whether the supplier uploads a tender response to this procurement or not.",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75200000",
                        "description": "Provision of services to the community"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "lots": [
            {
                "id": "LOT-0001",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2031-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 15840000,
                    "amount": 13200000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "The evaluation of tenders will consist of three (3) Parts as per the pre-determined evaluation criteria in Table A of the Instructions to Tenderers document Table A Evaluation Criteria Mandatory Requirements (Pass/Fail) Part 1 - Qualification Your information and the Bidding Model - Non-Scored - Bid Form 1 Registration on FTS and Exclusion Information - Pass/Fail - Bid Form 2 Associated persons - Pass/Fail - Bid Form 3 Intended Sub-contractors - Pass/Fail - Bid Form 4 Part 2 - Selection Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Non-functional, technical and security requirement - Pass/Fail - Bid Form 6 Part 2B - Additional Questions Including Project Specific Questions Insurance - Pass/Fail - Bid Form 7.1 Data Protection - Pass/Fail - Bid Form 7.2 CRC, DBS Compliance and Right to Work in the UK - Pass/Fail - Bid Form 8 TUPE and Pensions - Pass/Fail - Bid Form 9 Part 3 - Award (Award Criteria) Part 3A - Price Fixed Prices: Total Tender Price (Overall Price) - Tier 1 20% - Bid Form 10 Part 3B - Quality VAWG - Tier 1 7% - Bid Form 11 Perpetrators - Tier 1 7% - Bid Form 12 Model and project approach - Tier 1 8% - Bid Form 13 Service delivery - Tier 1 8% - Bid Form 14 Multi Agency Working - Tier 1 7% - Bid Form 15 One Front Door - Tier 1 7% - Bid Form 16 Children - Tier 1 7% - Bid Form 17 Mobilisation - Tier 1 7% - Bid Form 18 One Stop Shop - Tier 1 7% - Bid Form 19 Accessibility and Inclusivity - Tier 1 8% - Bid Form 20 Outcomes and Monitoring - Tier 1 7% - Bid Form 21 Each scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price - 20%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality - 80%",
                            "description": "Broken down as above in the weighting description"
                        }
                    ]
                },
                "renewal": {
                    "description": "The Initial Contract Period is three (3) years with the option to extend for up to two (2) further years, year on year and subject to available funding"
                }
            }
        ],
        "status": "active",
        "value": {
            "amountGross": 15840000,
            "amount": 13200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-23T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-09T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-16T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Please either register or log in to the above web address, and then 'express interest' and 'opt in' in order to view the full set of documentation relating to this tender opportunity",
                "url": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "082077-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/082077-2025",
                "datePublished": "2025-12-11T14:48:59Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Invoices are to be submitted to the Council, in accordance with the Prices and Payment clause in the Conditions of Contract. Payments of the Charges shall be made via the Controcc system each quarter in advance, for one quarter of the annual Charges. Payment will normally be made within thirty (30) days of receipt of a correct invoice."
        },
        "riskDetails": "The Contract will be based on the Council's standard contract terms included with the tender documents. There are no known immediate risks to performance during the initial three-year fixed term of this contract. However, a key strategic risk relates to future UK policy changes abolishing the Police and Crime Commissioner's Office (who will be a party to the contract) and local government reorganisation and devolution arrangements. Such changes could directly affect the structure, scope, or continuation of the contract during the initial 3 year contract term and beyond. While no decisions have been made at this stage, the contracting authority is actively monitoring the evolving landscape. Suppliers should be aware that any resulting implications will be managed in accordance with applicable legislation and the contract terms, particularly the Change Control provisions at paragraph 3 of Schedule 7 of the draft contract. These include the parties cooperating in good faith to agree the terms of any required change, and if the parties cannot agree the change a right for the contracting authority to terminate the contract on not less than 3 months' written notice to the Contractor."
    },
    "language": "en"
}