Section one: Contracting authority
one.1) Name and addresses
Merseyside Police - Procurement Department
Police Headquarters, Canning Place
Liverpool
L1 8JX
Contact
Pauline Totton
pauline.totton@merseyside.pnn.police.uk
Telephone
+44 1517771926
Country
United Kingdom
NUTS code
UKD7 - Merseyside
National registration number
N/A
Internet address(es)
Main address
http://www.merseyside.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32215
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=40310&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=40310&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
Appropriate Adult for Vulnerable Adult for Vulnerable Adults Service
Reference number
PCC/PD/251
two.1.2) Main CPV code
- 85312310 - Guidance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police & Crime Commissioner for Merseyside (PCC) has notified that she will award funding to provide Appropriate Adult services for Vulnerable Adults in Merseyside for a 12-month period with an option to extend by four periods of 12 months, resulting in a potential 5-year contract, commencing 1st April 2022 – ending 31st March 2027.
The PCC requires a high-quality Appropriate Adult Service which safeguards the interests and welfare of Vulnerable Adults in Police Custody or Voluntary Attendance sites within Merseyside, where parents/carers, or the person with responsibility, are unable or unwilling to attend. The presence of an Appropriate Adult provides one of the essential checks and balances within the criminal justice process and ensures that the rights of Vulnerable Adults are protected.
two.1.5) Estimated total value
Value excluding VAT: £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)
- 85312400 - Welfare services not delivered through residential institutions
- 98000000 - Other community, social and personal services
- 85312310 - Guidance services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Merseyside
two.2.4) Description of the procurement
The Police & Crime Commissioner for Merseyside (PCC) has notified that she will award funding to provide Appropriate Adult services for Vulnerable Adults in Merseyside for a 12-month period with an option to extend by four periods of 12 months, resulting in a potential 5-year contract, commencing 1st April 2022 – ending 31st March 2027.
The PCC requires a high-quality Appropriate Adult Service which safeguards the interests and welfare of Vulnerable Adults in Police Custody or Voluntary Attendance sites within Merseyside, where parents/carers, or the person with responsibility, are unable or unwilling to attend. The presence of an Appropriate Adult provides one of the essential checks and balances within the criminal justice process and ensures that the rights of Vulnerable Adults are protected.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2027
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
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
2 December 2021
Local time
4:00pm
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
Tender must be valid until: 2 March 2022
four.2.7) Conditions for opening of tenders
Date
2 December 2021
Local time
4:00pm
Place
Tenders are released automatically after the closing date providing they have been received by the published deadline
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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Alcatel / Standstill period will be observed