Tender

Provision of Restorative Justice Services for Hampshire and the Isle of Wight

  • THE OFFICE OF THE POLICE AND CRIME COMMISSIONER FOR HAMPSHIRE AND THE ISLE OF WIGHT

F02: Contract notice

Notice identifier: 2022/S 000-029479

Procurement identifier (OCID): ocds-h6vhtk-037717

Published 19 October 2022, 3:19pm



Section one: Contracting authority

one.1) Name and addresses

THE OFFICE OF THE POLICE AND CRIME COMMISSIONER FOR HAMPSHIRE AND THE ISLE OF WIGHT

St George's Chambers, St George's Street

WINCHESTER

SO238AJ

Email

procurement.support@hants.gov.uk

Country

United Kingdom

Region code

UKJ36 - Central Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hampshire-pcc.gov.uk/

one.3) Communication

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

www.in-tend.co.uk/hampshire.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tend.co.uk/hampshire.aspx

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Restorative Justice Services for Hampshire and the Isle of Wight

Reference number

OP20503

two.1.2) Main CPV code

  • 75231200 - Services related to the detention or rehabilitation of criminals

two.1.3) Type of contract

Services

two.1.4) Short description

The Office of the Police Crime Commissioner for Hampshire and the Isle of Wight is seeking a suitably experienced supplier to deliver Restorative Justice Services across Hampshire and the Isle of Wight. This is a single supplier contract with an initial contract term of three years (36 months) with possible two further extension periods of 12 months each.

The Police and Crime Commissioner (PCC) is looking to establish a contractual relationship with a Service Provider who will act as a single point of contact to ensure that the Restorative Justice service is effectively and efficiently delivered. The Restorative Justice Service will continue to build awareness and understanding of Restorative Justice and its potential benefits amongst our partner agencies (in order to generate referrals) and the communities that we serve. The Restorative Justice Service will ensure that it works in a trauma informed way which complements Restorative Justice principles.

two.1.5) Estimated total value

Value excluding VAT: £2,175,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

Hampshire and the Isle of Wight

two.2.4) Description of the procurement

This procurement process and proposed Restorative Justice Service contract will enable the Commissioner to deliver on her commitments to:

• Ensure that all victims are given the opportunity to benefit from Restorative Justice.

• Explore increased use of Restorative Justice for victims of ASB.

• Fund and deliver Restorative Justice Services.

This will enable offenders to self-refer (which is excluded under the terms of the MOJ Victims Fund) and Police to be able to refer low-level cases of neighbourhood dispute, where there is no clear harmed or harmer, however a restorative approach may prevent the escalation of the situation, a crime being committed and a victim being created.

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: £2,175,000

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


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: Yes

four.2) Administrative information

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

Date

21 November 2022

Local time

2:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 November 2022

Local time

2:05pm


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

London

Country

United Kingdom