Section one: Contracting authority
one.1) Name and addresses
Nottinghamshire Police and Crime Commissioner
Force Headquarters, Sherwood Lodge, Arnold
Nottingham
NG5 8PP
Contact
Lisa Parker
Lisa.parker@blueLight.police.uk
Telephone
+44 7929759542
Fax
+44 7929759542
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91087
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91087
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=58399&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=58399&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
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
Detached Youth Work
Reference number
BLC0089
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
These services are being commissioned by the Nottingham City and Nottinghamshire Violence Reduction Unit (NNVRU) – part of the Nottinghamshire Office of the Police and Crime Commissioner (OPCC). The objective is to support children and young people (CYP) who may be at risk of involvement in serious violence with improved mental health and wellbeing and improved behaviours, thus reducing the risk factors associated with violent crime and helping to build community resilience.
Framework Agreement
It is the intention of the Nottinghamshire Police and Crime Commissioner (The PCC) to set up a Framework Agreement (Framework) for the provision of these services for a period of 4 years. Bidding organisations who pass the evaluation stage of the tender process will be appointed to the Framework.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Nottinghamshire
two.2.4) Description of the procurement
These services are being commissioned by the Nottingham City and Nottinghamshire Violence Reduction Unit (NNVRU) – part of the Nottinghamshire Office of the Police and Crime Commissioner (OPCC). The objective is to support children and young people (CYP) who may be at risk of involvement in serious violence with improved mental health and wellbeing and improved behaviours, thus reducing the risk factors associated with violent crime and helping to build community resilience.
Framework Agreement
It is the intention of the Nottinghamshire Police and Crime Commissioner (The PCC) to set up a Framework Agreement (Framework) for the provision of these services for a period of 4 years. Bidding organisations who pass the evaluation stage of the tender process will be appointed to the Framework.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The framework is open and available to:
Nottingham City Council
Nottinghamshire County Council
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
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
10 February 2023
Local time
12:00pm
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
10 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2 A2LL
Country
United Kingdom