Tender

Young People Prevention Service - Kent

  • 7 Forces Commercial Services

F02: Contract notice

Notice identifier: 2022/S 000-017240

Procurement identifier (OCID): ocds-h6vhtk-0349fd

Published 23 June 2022, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

7 Forces Commercial Services

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Claire Baxter

Email

claire.baxter@kent.police.uk

Telephone

+44 01474366658

Country

United Kingdom

NUTS code

UKJ4 - Kent

National registration number

N/A

Internet address(es)

Main address

http://www.suffolk.police.uk

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=48093&B=BLUELIGHT

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=48093&B=BLUELIGHT

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

Young People Prevention Service - Kent

Reference number

7F 2021 C049

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police and Crime Commissioner for Kent wishes to commission universal, open to all, age-appropriate messages to CYP which build social skills, aid decision-making, support the building of resilience and change behaviours. The aim is to support CYP make better, informed choices by highlighting risk factors which can increase the likelihood of a negative outcome. This approach should also support CYP by showing them how they can de-escalate situations and help to keep themselves and others safe. The service should also ensure that parents / carers and professionals working with CYP receiving the messages also understand the content. This will increase their understanding of the issues and empower professionals and parents / carers to identify potential risk signs earlier and support de-escalation.

It is important that messaging must be relevant and delivered in an engaging format and bidders will be expected to set demonstrate their evidence base for the approach proposed.

two.1.5) Estimated total value

Value excluding VAT: £375,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 – Healthy Relationships (attitudes, behaviours, and safety), Online Harms and Cyber Safety and Cyber Bullying.

Lot 2 – Gangs, County Lines, Violence, Knife Crime and Criminal Exploitation.

two.2) Description

two.2.1) Title

Lot 1 – Healthy Relationships (attitudes, behaviours, and safety), Online Harms, Cyber Safety and Cyber Bullying

Lot No

1

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80310000 - Youth education services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot 1 - Deliver age-appropriate, evidence based and engaging universal messages to CYP, with the aim of aiding decision-making, helping build resilience and support positive behaviours related to healthy relationships (attitudes, behaviours, and safety), online harms, cyber safety and cyber bullying. Whilst also ensuring that professionals and parents / carers are also supported in understanding the messages being delivered. This will increase their understanding of the issues and empower professionals and parents / carers to be able to identify potential risk signs with CYP earlier and support de-escalation.

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: £225,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is for 3 years with the option to extend, depending on funding availability, delivery of a quality service and sustained performance, on a yearly extension basis for a further 2 years.

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) Description

two.2.1) Title

Lot 2 – Gangs, County Lines, Violence, Knife Crime and Criminal Exploitation

Lot No

2

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80310000 - Youth education services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot 2 - Deliver age-appropriate, evidence based and engaging universal messages to CYP, with the aim of aiding decision-making, helping build resilience and support positive behaviours related to Gangs, County Lines, violence, knife crime and criminal exploitation. Whilst also ensuring that professionals and parents / carers are also supported in understanding the messages being delivered. This will increase their understanding of the issues and empower professionals and parents / carers to be able to identify potential risk signs with CYP earlier and support de-escalation.

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: £150,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is for a period of 3 years with an option to extend, depending on funding availability, delivery of a quality service and sustained performance, on a yearly extension basis for a further 2 years,

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

Criteria as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

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

Date

27 July 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

27 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

A Market Engagement event will be held via Microsoft Teams on 7th July 2022 at 13:30. Please refer to the tender documentation for further information.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom

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

The High Court of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom