Section one: Contracting authority
one.1) Name and addresses
Merseyside Police - Procurement Department
Police Headquarters, Rose Hill, 15 Cazneau Street
Liverpool
L33 3AN
Contact
Pauline Totton
pauline.totton@merseyside.police.uk
Telephone
+44 1517771926
Country
United Kingdom
Region code
UKD7 - Merseyside
National registration number
N/A
Internet address(es)
Main address
http://www.merseyside.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32215
one.1) Name and addresses
His Majesty's Prison and Probation Service - North West Probation Service
102 Petty France
London
SW1H 9AJ
pauline.totton@merseyside.police.uk
Country
United Kingdom
Region code
UKD7 - Merseyside
Internet address(es)
Main address
http://www.merseyside.police.uk
one.2) Information about joint procurement
The contract involves joint procurement
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=74763&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=74763&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
Merseyside Police & Crime Commissioner / North West Probation Service Restorative Justice Service
Reference number
PCC/PD/497
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
This tender seeks to acquire a restorative justice delivery partner.
Core principles underpinning the service sought:
• An ‘end to end’ accessible service without time limits regardless of the process of related criminal proceedings.
• Positive and proactive approach to work with all victims.
• Victim led support tailored to meet individual needs.
Expected Outcomes:
• Improve victim satisfaction.
• Increase offender awareness of the impact of their criminal behaviour.
• Empowering victims to have a voice in how an offence has affected them.
• Reduced offender recidivism.
• Improvements in reported health and well-being of victims.
• Increased sense of personal safety for victims.
• Increased numbers of victims aware of their rights and aware of support services available.
• Improved victim awareness of restorative justice and its benefits by monitoring effectiveness of its promotion.
two.1.5) Estimated total value
Value excluding VAT: £500,000
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
- 75230000 - Justice services
- 98133100 - Civic betterment and community facility support services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Merseyside
two.2.4) Description of the procurement
The PCC for Merseyside is allocated grant funding by the Ministry of Justice for victims’ services. The grant is issued to commission and/or provide and develop victims’ support services, including Restorative Justice (RJ), for Merseyside.Restorative Justice brings those harmed by crime and those responsible for the harm into communication with each other. Restorative Justice offers victims an opportunity to be heard, to ask questions of the offender and to have their say in what they want to h
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
Subject to funding being available
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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2024
Local time
4:00pm
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
16 January 2024
Local time
4:00pm
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
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Stand Still period will be observed