Tender

Offender Diversionary Scheme

  • Police and Crime Commissioner for Dyfed-Powys

F02: Contract notice

Notice identifier: 2024/S 000-026802

Procurement identifier (OCID): ocds-h6vhtk-0492e5

Published 22 August 2024, 11:18am



Section one: Contracting authority

one.1) Name and addresses

Police and Crime Commissioner for Dyfed-Powys

Police Headquarters, PO Box 99, Llangunnor

Carmarthen

SA31 2PF

Email

kath.ostroznik@dyfed-powys.police.uk

Telephone

+44 1267226540

Country

United Kingdom

NUTS code

UKL14 - South West Wales

Internet address(es)

Main address

http://www.dyfed-powys.police.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

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

Offender Diversionary Scheme

two.1.2) Main CPV code

  • 66162000 - Custody services

two.1.3) Type of contract

Services

two.1.4) Short description

1. Divert offenders from the criminal justice system;

2. Engage Police to refer eligible offenders to the service;

3. Complete needs assessments, including risk screening and outcome measurement tools with the eligible offenders referred;

4. Accept suitable and eligible offenders into the scheme;

5. Provide support and intervention, tailored to need, to those accepted onto the scheme at the earliest opportunity;

6. Make onward referrals to mainstream and other third sector services (provider or other providers)

7. Abolition of child punishment referral pathway and low level drug possession offences.

two.1.5) Estimated total value

Value excluding VAT: £1,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66162000 - Custody services
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services
  • 75200000 - Provision of services to the community

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
  • UKL14 - South West Wales

two.2.4) Description of the procurement

1. Divert offenders from the criminal justice system;

2. Engage Police to refer eligible offenders to the service;

3. Complete needs assessments, including risk screening and outcome measurement tools with the eligible offenders referred;

4. Accept suitable and eligible offenders into the scheme;

5. Provide support and intervention, tailored to need, to those accepted onto the scheme at the earliest opportunity;

6. Make onward referrals to mainstream and other third sector services (provider or other providers)

7. Abolition of child punishment referral pathway and low level drug possession offences.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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

Duration in months

60

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

1 October 2024

Local time

5:00pm

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

English, Welsh

four.2.7) Conditions for opening of tenders

Date

2 October 2024

Local time

12:00pm

Place

https://etenderwales.bravosolution.co.uk/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=143802

(WA Ref:143802)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom