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
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