Voluntary Community and Social Enterprise (VCSE) Sector Commissioning 2023 - Phase 3

Award

Value

£5,107,216

Classifications

  • Health and social work services
  • Transport services (excl. Waste transport)

Tags

  • award
  • contract

Published

1 year ago

Description

The Voluntary, Community and Social Enterprise Sector (VCSE) plays a vital role in Kingston supporting some of the borough’s most vulnerable residents. The sector has played a crucial role in the Kingston Covid response and continued funding of local Voluntary Community Sector organisations is an important part of ensuring the Authority has an effective approach to early help and prevention. These proposals build on learning from the Covid response, the priorities of the Communities Taskforce, the recommendations from Seizing the Moment, and sector best practice. The service priorities, specification requirements and monitoring approach have been co-designed with the sector.
A phased approach to the commissioning process has been adopted, with contracts falling into earlier Phase 1 and 2 contracts, this Phase 3, and the remaining contracts into further phases during 2024.
This procurement exercise is in relation to Phase 3 only.
There are seven (7) proposed commissioning themes in Phase 3. Each commissioning theme has lots which indicate the type of service provision required. This assists us in focussing our intentions into areas of need.
Potential providers may bid for one or more theme lots within the overarching commissioning themes. Providers must be capable of providing all elements within a theme lot.
Theme lots will not be further divided.
The Authority is using an Open Procedure for this procurement of services categorised as ‘social and other specific services’ under Schedule 3 of Regulations. This procurement exercise will therefore be subject to the Light Touch Regime (LTR) under Regulations 74 to 77 as set out in the Regulations.
Contract Term: Initial Term of 3 years with option to extend by two further periods of up to 12 months each. (3+1+1 = 5 years).

Similar Contracts

Open

The Drive Project: Domestic Abuse Perpetrator Services

The Police and Crime Commissioner for Warwickshire, in partnership with the Drive Project, is seeking a qualified Service Provider to deliver a Domestic Abuse Perpetrator Intervention Service. The Drive Project is a nationally recognised response to domestic abuse, designed to reduce the number of child and adult victims by disrupting and changing perpetrator behaviour. It adopts a whole-system approach, combining intensive individual case management with a co-ordinated multi-agency response to drive behavioural change. The project prioritises victim safety while complementing existing victim services. It targets high-risk or serial perpetrators, both male and female, aged 16 and over, who present the greatest risk of serious harm and typically engage poorly with existing services. The key objectives are to reduce the number of serial perpetrators of domestic abuse, reduce the number of repeat and new victims, and reduce the harm caused to victims and children. By addressing perpetrator behaviour, Drive tackles the root cause of domestic abuse and improves outcomes for victims and families. The appointed provider will deliver one-to-one case management for perpetrators, support systemic change through multi-agency collaboration, participate in the Perpetrator Panel (e.g., MATAC or similar forum), and work closely with the Drive Partnership, PCC, local authorities, IDVA services, and stakeholders to develop and adapt best practice models. This is a one-stage tender process. The contract falls below the Light Touch Regime threshold and is therefore outside the Procurement Act 2023; compliance with Act provisions is voluntary. The contract will be for an initial 12-month period with an option to extend for up to a further 12 months, subject to funding. Target go-live date is 01 April 2026. The funding envelope for this project is £317,438 per annum (VAT exempt). Award of contract, including any extensions, is subject to receipt of programme funding. This process is being managed via the, free to access, In-Tend Sell2 Bluelight Portal: https://sell2.in-tend.co.uk/blpd/home Please log in, navigate to ‘Portals’, and select ‘Connect with Organisation’ for Warwickshire Police to access full tender documentation and submission instructions.

Katy Reed

Published 38 minutes ago
Open

SS15 96 DPS - Supported Local Bus (including Kent Karrier) and Home to School Transport Services

Kent County Council (the Council) is the largest county council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. This requirement is from the Growth, Environment and Transport Directorate is for the provision of services operated using PSV or Community (Section 19 or 22) Bus Permits. The requirements relate to the Council's activity in respect of Supported Local Bus (including Kent Karrier) and Home to School Transport Services. Supported Bus services are procured for the delivery of socially necessary bus services (including Kent Karrier), where the authority will fund the provision of a local bus service which is not commercially viable, which would therefore not otherwise run but which the authority has identified as meeting a social need i.e. rural connectivity. Home to School Transport services are procured to provide school transport for those pupils who are determined by our Education and Young People's Directorate as eligible for free home to school transport. Where the volume of pupils is sufficient to justify a larger vehicle (minibus, coach or bus) these will require provision of this transport by a Public Service Vehicle Licensed Operator who can run services either as a public bus service or as a privately hired vehicle. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was established in 2016, with a start date of 01 January 2017. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 31 December 2027 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged. This Dynamic Purchasing System has a total value of £100 million, covering the period from its establishment in 2017 through to the end of its period of validity.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete