Tender

Restorative Justice

  • Police and Crime Commissioner for Cleveland

F02: Contract notice

Notice identifier: 2021/S 000-028178

Procurement identifier (OCID): ocds-h6vhtk-02f57f

Published 10 November 2021, 5:10pm



Section one: Contracting authority

one.1) Name and addresses

Police and Crime Commissioner for Cleveland

St Marks House, St Marks Square, Thornaby

Stockton on Tees

TS17 6QW

Contact

Claire Wrightson

Email

Claire.wrightson@cleveland.pnn.police.uk

Telephone

+44 1642301224

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

National registration number

N/A

Internet address(es)

Main address

http://www.cleveland.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/30466

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=40590&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=40590&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

Restorative Justice

Reference number

CPC-0001992

two.1.2) Main CPV code

  • 75230000 - Justice services

two.1.3) Type of contract

Services

two.1.4) Short description

• Offering all victims of crime the opportunity to participate in/ engage with RJ, where appropriate.

• Restorative interventions provided by Restorative Cleveland are only available to offenders that are 18 years of age and above. It is the responsibility of the youth offending teams in Cleveland to deliver restorative interventions if the offender is a juvenile.

• Ensuring a consistent approach is implemented across Cleveland, so victims receive a standardised service, regardless of their postcode.

• Offering an inclusive and localised service to meet the needs of victims in line with The Equality Act 2010.

• Offering a free of charge, confidential service, available whether reported as a crime or not

• To support victims before, during and after any court proceedings to aid cope and recovery through collaborative with victim referral service.

two.1.5) Estimated total value

Value excluding VAT: £560,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham
Main site or place of performance

TS17 6AJ

two.2.4) Description of the procurement

• Offering all victims of crime the opportunity to participate in/ engage with RJ, where appropriate.

• Restorative interventions provided by Restorative Cleveland are only available to offenders that are 18 years of age and above. It is the responsibility of the youth offending teams in Cleveland to deliver restorative interventions if the offender is a juvenile.

• Ensuring a consistent approach is implemented across Cleveland, so victims receive a standardised service, regardless of their postcode.

• Offering an inclusive and localised service to meet the needs of victims in line with The Equality Act 2010.

• Offering a free of charge, confidential service, available whether reported as a crime or not

• To support victims before, during and after any court proceedings to aid cope and recovery through collaborative with victim referral service.

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: £560,000

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

Start date

1 April 2022

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

1 x 12 months

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

Please submit all relevant documents via the Bluelight

portal prior to the closing date.


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

As detailed in the ITT

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

As detailed in the ITT

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

10 December 2021

Local time

12:00pm

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: 1 April 2022

four.2.7) Conditions for opening of tenders

Date

10 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3/4 years

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

PCC for Ceveland

Cleveland

Country

United Kingdom