Opportunity

Provision of a Restorative Justice Service for West Yorkshire

  • West Yorkshire Combined Authority

F02: Contract notice

Notice reference: 2024/S 000-005873

Published 22 February 2024, 5:49pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Catherine Land

Email

Catherine.Land@westyorks-ca.gov.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76971&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76971&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Restorative Justice Service for West Yorkshire

Reference number

82782

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Restorative Justice is defined as the process that brings those harmed by crime, and those responsible for the harm, into communication, enabling everyone affected by a particular incident to play a part in repairing the harm and finding a positive way forward.

The Mayor of West Yorkshire is committed to providing Restorative Justice to victims of crime and has approved the re-commission a West Yorkshire wide Restorative Justice service with a budget of £280,000 to £300,000 per annum with an initial 3-year contract with optional two 2-year extensions to a maximum of 7 years in total.

The requirements are for a West Yorkshire wide Restorative Justice service that will be available for all crime types as no victim should be denied restorative justice on the basis of the type of crime they have experienced.

The service will need to be for all victims of crime of any age where the offender is 18 years old or over, this will include historic crimes.

two.1.5) Estimated total value

Value excluding VAT: £2,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79100000 - Legal services
  • 79110000 - Legal advisory and representation services
  • 79111000 - Legal advisory services
  • 79112000 - Legal representation services
  • 79112100 - Stakeholders representation services
  • 79140000 - Legal advisory and information services
  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 85312300 - Guidance and counselling services
  • 85312400 - Welfare services not delivered through residential institutions
  • 85312500 - Rehabilitation services
  • 98000000 - Other community, social and personal services
  • 98110000 - Services furnished by business, professional and specialist organisations

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Restorative Justice is defined as the process that brings those harmed by crime, and those responsible for the harm, into communication, enabling everyone affected by a particular incident to play a part in repairing the harm and finding a positive way forward. The type of communication used can be direct for example face to face, virtual platform and telephone call or indirect via a third party, letter, email. The Mayor of West Yorkshire is committed to providing Restorative Justice to victims of crime and has approved the re-commission a West Yorkshire wide Restorative Justice service with a budget of £280,000 to £300,000 per annum with an initial 3-year contract with optional two 2-year extensions to a maximum of 7 years in total. The requirements are for a West Yorkshire wide Restorative Justice service that will be available for all crime types as no victim should be denied restorative justice on the basis of the type of crime they have experienced. The Restorative Justice service will enable those harmed by crime, and those responsible for that harm, into communication with each other. The service will need to be for all victims of crime of any age where the offender is 18 years old or over, this will include historic crimes. The Mayor, being accountable and responsible for this contract, will need to be assured that services are safe, diverse and localised to meet the needs of victims in West Yorkshire in line with the Equality Act 2010.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 July 2024

End date

2 July 2031

This contract is subject to renewal

Yes

Description of renewals

Initial 3 year contract , with two optional 2 year extensions.

Further renewals TBC dependant on funding and needs

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please see Statement of Requirements

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-030742

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 March 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: TBC

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

TBC

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority

Wellington House

LEEDS

LS1 2DE

Country

United Kingdom