Opportunity

Provision of Restorative Justice Services

  • Derby City Council

F02: Contract notice

Notice reference: 2022/S 000-031501

Published 8 November 2022, 9:26am



Section one: Contracting authority

one.1) Name and addresses

Derby City Council

Corporation Street

Derby

DE1 2FS

Contact

Procurement

Email

procurement@derby.gov.uk

Telephone

+44 1332640768

Country

United Kingdom

NUTS code

UKF11 - Derby

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.derby.gov.uk

one.3) Communication

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

www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.eastmidstenders.org

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Restorative Justice Services

Reference number

TD1929 DN634953

two.1.2) Main CPV code

  • 98000000 - Other community, social and personal services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Restorative Justice Services for Derby Youth Offending Service, helping to protect the public from harm through the effective rehabilitation of offenders.

This includes the delivery of reparation and unpaid work activity, and victim work by the contract provider on behalf of Derby Youth Offending Service.

two.1.5) Estimated total value

Value excluding VAT: £675,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

The provision of Restorative Justice Services for Derby Youth Offending Service, helping to protect the public from harm through the effective rehabilitation of offenders.

This includes the delivery of reparation and unpaid work activity, and victim work by the contract provider on behalf of Derby Youth Offending Service.

The key outcomes for the Restorative Justice Services contract:

• The Provider will be expected to undertake a minimum of 3,500 hours of Reparation and a full Victim Liaison service within those 3,500 hours, across the city of Derby per annum.

• The undertaking of all victim liaison work on behalf of Derby YOS to effectively support victims, including supporting them to participate in Restorative Justice activities that are designed to provide catharsis for victims and restorative rehabilitation for the offenders that harmed them. Must have capacity to contact at least 20 victims created by youth crime in Derby within 5 working days every calendar month.

• To increase public confidence in the Restorative Justice process via both an increase in young people's engagement in reparation (with a focus of direct reparation wherever possible and safe to do so), 100% victim contact and increased victim engagement in Restorative Justice.

• Developing strong community links in Derby, particularly with businesses and services alongside which a range of reparation activities can be delivered.

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: £675,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend by up to 36 months in annual increments.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by up to 36 months in annual increments.


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

Information and formalities necessary for evaluating if requirements are met:

Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where

he has entered into an arrangement with creditors, where he has suspended business activities or is

in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding

up the administration by the court or of an arrangement with creditors or of any other similar

proceedings under national laws and regulations;

(c) has been convicted by a judgment which has the force of res judicata in accordance with the

legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contract

authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in

accordance with the legal provisions of the country in which he is established or with those of the

country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal

provisions of the country in which he is established or with those of the country of the contracting

authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section

or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organization, as defined in

Article 2(1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of

26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention

relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in

Article 1 of Council

Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the

purpose of money laundering.

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

8 December 2022

Local time

11:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 December 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Under this procurement the supplier is required to participate actively in the economic and social regeneration of the locality of and surrounding the area served by Derby City Council. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

six.4) Procedures for review

six.4.1) Review body

Derby City Council

Derby

DE1 2FS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Derby City Council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.

Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.

If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court(England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).

Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. [The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into].

Please note: suppliers wishing to express interest and obtain the documentation must do so by 11.30pm on 08/12/2022. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.

The deadline for returns is 10.00am on Friday 9th December 2022.

Documents are available at www.eastmidstenders.org

Please search for TD1929.

Please note: we will only accept expressions of interest through the e-tendering system.