Tender

Merseyside Police & Crime Commissioner / North West Probation Service Restorative Justice Service

  • Merseyside Police - Procurement Department
  • His Majesty's Prison and Probation Service - North West Probation Service

F02: Contract notice

Notice identifier: 2023/S 000-033464

Procurement identifier (OCID): ocds-h6vhtk-0417cb

Published 13 November 2023, 1:50pm



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

Email

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

Email

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