Opportunity

MOPAC Restorative Justice Service for London

  • Mayors Office for Policing and Crime

F02: Contract notice

Notice reference: 2024/S 000-008256

Published 14 March 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Mayors Office for Policing and Crime

169 Union Street, Southwark

London

SE1 0LL

Contact

Amanda Fearing

Email

lvwsdesign@mopac.london.gov.uk

Telephone

+44 7563375589

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime-mopac

Buyer's address

https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime-mopac

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./ZG49E3BEN7

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MOPAC Restorative Justice Service for London

Reference number

MOPAC 974

two.1.2) Main CPV code

  • 85000000 - Health and social work services
    • DA34 - Guidance
    • DA30 - Counselling
    • DA33 - Rehabilitation
    • DA28 - Social service
    • DA03 - Public

two.1.3) Type of contract

Services

two.1.4) Short description

The procurement of a specialist support service to provide restorative justice services for victims of crime.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

As per the Victims Code of Practice (2020), victims have the right to receive information about and be referred to local support services to help them cope and recover from their experiences. This includes specialist Restorative Justice (RJ) services. In its functions as Police and Crime Commissioner, MOPAC has a responsibility to commission these services for victims of crime in London and is seeking to deliver a new Pan-London model for its RJ provision from 1st October 2024.

Since 2019, MOPAC has delivered on its responsibilities to provide access to RJ through the London Victim & Witness Service (LVWS), an integrated service model providing casework support and advocacy for adult victims of crime as well as access to RJ through its specialist partners.

Whilst the LVWS model has proven itself to be a successful and resilient model, MOPAC is preparing for the end of the current contracts on 30th September 2024 and is now seeking to commission a standalone RJ service.

To retain the benefits of effective partnership working, the RJ service will sit within a broader Ecosystem of support services for children and adults in London commissioned by MOPAC. As part of the first phase of the Ecosystem, MOPAC will be looking to commission the four services set out below:

• Central referral mechanism and support service for adult victims (tender launched Oct 23)

• Specialist service for victims of domestic abuse (tender launched Oct 23)

• Specialist service for young victims (tender launched Mar 23)

• Specialist restorative justice services

A series of tenders for these services commenced from October 2023. The final service to be commissioned is the service for RJ.

The specialist RJ provider will be expected to work alongside MOPAC and wider ecosystem partners, to deliver high quality RJ provision as well as support the development of the right strategic conditions to maximise the benefits of RJ in London.

This contract will be for a period of 1 year and 9 months (3 months mobilisation and 1.5 years' service delivery) with the option to extend by 12 months.

The indicative value of this service is £450,000 over the initial term.

Over the initial service delivery, the provider will at a minimum be expected to deliver the following:

• Meet obligations relating to ability to access RJ under the Victims Code of Practice

• Be a Registered Service Provider, or actively working towards registration, with the Restorative Justice Council

• Process and support referrals from individuals, the Police and the Ecosystem partners which works on behalf of the Ecosystem of services

• Risk assess and safeguard victims and offenders engaging in the process

• Offer a range of RJ solutions

• Commit to supporting strategic need to grow partnerships, increase awareness of RJ, and drive up referrals

• Commit to working with partners across the Ecosystem to develop innovative tools and digital capabilities to improve support for all victims of crime.

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: £450,000

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

Duration in months

21

This contract is subject to renewal

No

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ZG49E3BEN7


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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: 2024/S 000-004851

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

Date

22 April 2024

Local time

3:00pm

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

22 April 2024

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./ZG49E3BEN7" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./ZG49E3BEN7

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/ZG49E3BEN7" target="_blank">https://www.delta-esourcing.com/respond/ZG49E3BEN7

GO Reference: GO-2024314-PRO-25501372

six.4) Procedures for review

six.4.1) Review body

London Legacy Development Corporation

1 Stratford Place, Westfield Stratford City, Montfichet Road

London

E20 1EJ

Telephone

+44 7912304253

Country

United Kingdom