Section one: Contracting authority
one.1) Name and addresses
Derby City Council
Corporation Street
Derby
DE1 2FS
Contact
Procurement
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
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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.