Section one: Contracting authority
one.1) Name and addresses
The Police and Crime Commissioner for Surrey
PO Box 412
Guildford, Surrey
GU3 1YJ
Telephone
+44 01273470101
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.surrey-pcc.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/surreypolice/aspx/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/surreypolice/aspx/
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
Immediate Justice
Reference number
JPS1576
two.1.2) Main CPV code
- 75230000 - Justice services
two.1.3) Type of contract
Services
two.1.4) Short description
The Surrey Office of the Police and Crime Commissioner (OPCC) and Surrey Police are seeking to roll out Immediate Justice across the whole county. To facilitate this within an appropriate timescale, we are seeking a single service provider to manage Immediate Justice reparative activities for adults across Surrey. This provider must have previous experience and expertise in facilitating and delivering reparative activities or similar. 15. The service must have previous experience and expertise in facilitating and delivering reparative activities. The most relevant and effective of which will be determined locally, but may include: • Litter-picking in public parks and high streets • Site clean-up after council funded events • Proactive or reactive cleaning of civic memorials • Installation of hanging baskets or temporary civic notices • Gardening of communal flower beds in town centres • Cleaning of graffiti on bus shelters, tram stops or train stations or public signage
two.1.5) Estimated total value
Value excluding VAT: £175,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75230000 - Justice services
- 98000000 - Other community, social and personal services
- 75200000 - Provision of services to the community
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Following a pilot for Immediate Justice in ten trailblazer areas across England and Wales the UK Government have decided to roll it out across all other force areas of England and Wales. Immediate Justice will ensure that perpetrators of anti-social behaviour and relevant crimes are held accountable for their behaviour, whilst providing victims and communities with a voice in how they would like offenders to make amends. Utilising existing Criminal Justice frameworks, Immediate Justice is applicable as an Out of Court Resolution (OoCR) i.e. Community Resolution or Conditional Caution, identified through the Community Remedy document. Offenders will be required to undertake unpaid community work with an ambition for them to start that work as soon as 48 hours after referral to the Immediate Justice Reparation Service provider, so victims know anti-social behaviour is treated seriously and with urgency.Surrey Police will employ two Immediate Justice Administrative Officers, who will manage cases following referral from Police Officers or Police Community Support Officers (PCSOs). They will make referrals to the relevant service provider who will then facilitate reparative activities with offenders. The Surrey Office of the Police & Crime Commissioner (OPCC) and Surrey Police are seeking to roll out Immediate Justice across the whole county. To facilitate this within an appropriate timescale, we are seeking a single service provider to manage Immediate Justice reparative activities for adults across Surrey. This provider must have previous experience and expertise in facilitating and delivering reparative activities or similar. Objectives The objective of the procurement process is to establish a fully managed Immediate Justice delivery service across Surrey. To reduce incidents of crime and anti-social behaviour, by holding perpetrators to account through the delivery of up to 50 cases of swift and visible reparative activities across Surrey per month. To reduce re-offending by adopting a Restorative Justice approach alongside the reparative activity.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
Yes
Description of renewals
Potential for 3 x 12 month extension options - This is depending on the awarding of additional funding by the HM Government and the performance of the contract.
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
All requirements as stated within the Tender pack can be metAll staff engaged in Immediate Justice delivery must hold an enhanced DBS Check. All staff will be able to easily travel to reparative sites across SurreySafeguarding Vulnerable Adults policy (inc. related risk assessments) and an Equality Diversion & Inclusion policy must be in placeYour organisation should be able to provide its own equipment for use as part of the Reparative Activity and must hold appropriate risk assessments.Comprehensive risk management policy relating to immediate justice should be in placeEither hold the Cyber Essentials Certification or have a core membership with the South East Cyber Resilience Centre (SECRC) or commit to obtaining these should you be successful winning this tender. Successful Tenderer will have to sign an information sharing agreement as part of the contract.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract Performance will be related to the following areas: Delivery of contract in line with tendered pricing Delivery of the contract in line with the requirements listed in the Tender Pack Attendance to all relevant partnership, operational and performance meetings Delivery against the following key performance indictors and an additional indicators as agreed between the Successful Tenderer and the Authority: Case count (number of referrals)Age/gender/ethnicity of each case Type of activity (by theme e.g., 'park clean up'/'property repair'/'street-cleaning'/'installing public signage/infrastructure') Time taken for activity to commence from disposal (and % within 48 hours) Attendance rate Attrition / completion rate Monthly total hours of activity Location (including Division and District/Borough) Day of the week
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 June 2024
Local time
9:00am
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
Tender must be valid until: 12 September 2024
four.2.7) Conditions for opening of tenders
Date
14 June 2024
Local time
9:00am
Place
Opened Electronically
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Surrey OPCC has been provided additional funding from HM Government to deliver the Immediate Justice pilot for the financial year 2024/25 from 1st October 2024 to 31st March 2025. The maximum allocated budget to deliver the service across Surrey is £175k. Whilst funding has only been confirmed for the last 6 months of 2024/25 there is potential for continued funding and therefore the contract includes 3 x 1-year potential extension options. The agreement of any extensions would be performance and funding dependent, and the funding level for a full year has not currently been established but is expected to be in the region of £250K. Any extensions would be with the expectation that the Successful Tenderer is able to provide services within the budgets set, the OSPCC will be unable to support any additional costs that exceed the funding received from HM Government.
six.4) Procedures for review
six.4.1) Review body
The PCC for Surrey
Guildford
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
TBC