Scope
Reference
WPA25-0085
Description
The Police & Crime Commissioner for Warwickshire (PCC) invites tenders from qualified providers for the delivery of restorative justice services across Warwickshire. The aim is to support victims, offenders, and communities through facilitated dialogue, mediation, and reconciliation processes that promote healing and accountability
The requirement will be tendered in the following lots:
• Lot 1 - Restorative Justice (RJ) service
• Lot 2 - Anti-social behaviour (ASB) / non-crime restorative service
Summary of requirements:
• Lot 1 - The Restorative Justice (RJ) service will provide direct support to victims and perpetrators of crime across the county through effective RJ practices. The RJ service will form part of a wider multi-agency approach to justice and support services in Warwickshire and will be expected to work closely with a range of partners, including the Lot 2 service provider.
• Lot 2 - The anti-social behaviour (ASB) / non-crime restorative service, which will sit alongside several partners in a Multi-Agency Restorative Justice Hub (MARJH). The service will deliver restorative interventions for cases arising across the Warwickshire community, where a crime has not occurred. The service will provide an accessible, proportionate, and effective early intervention option, within a wider Multi-Agency Restorative Justice Hub (MARJH).
NB: Bidder(s) may only bid for one lot.
This tender falls under the Light Touch Regime below threshold, therefore is outside The Procurement Act 2023.
Contract Term
• Lot 1 - The contract shall be for an initial period of 3 years with the option to extend of up to a further 2 x 12 months.
• Lot 2 - The contract shall be for an initial period of 1 year which will run as a pilot with an option to extend for up to a further 4 x 12 months.
The PCC has allocated an annual budget of £55,000 for the provision of services for Lot 1. This budget will remain fixed for the period of the contract. The PCC is very keen that the service provides good value for money through the delivery of effective and efficient interventions. Bids and services that focus resources on front line service delivery are encouraged.
The PCC has allocated an annual budget of £25,000 for the provision of Lot 2 services. This budget is provided as part of a pilot project. If the pilot is successful and funding is available over the extension periods, the funding envelope will remain the same.
The provision of Lot 2 services will be excluded from the PCC's annual grants process. Similarly to Lot 1 services, the PCC is very keen to ensure that Lot 2 services provide good value for money through the delivery of effective and efficient interventions. Bids and services that focus resources on front line service delivery are encouraged.
The funding for these services is partly reliant on Government grant. Where grant funding is used to fund services, the terms and conditions of that grant will apply fully to the service provider.
This process is being run via our tendering portal In-Tend Bluelight: https://sell2.in-tend.co.uk/blpd/home
All expressions of interest should be made via the In-Tend Bluelight hub. This is free to access for all Suppliers. Please ensure you log in and then go to the 'Portals' section of your Sell2 account and select "Connect with Organisation" for Warwickshire Police. If you are already registered, simply log in and go the `Tenders` section to access the tender and the documents.
Any questions relating to this procurement procedure must be made via the Correspondence function on the In-Tend portal.
Total value (estimated)
- £400,000 excluding VAT
- £480,000 including VAT
Below the relevant threshold
Main procurement category
Services
CPV classifications
- 75230000 - Justice services
- 75231200 - Services related to the detention or rehabilitation of criminals
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85312000 - Social work services without accommodation
- 85312300 - Guidance and counselling services
- 85312310 - Guidance services
- 85312500 - Rehabilitation services
- 85320000 - Social services
- 98000000 - Other community, social and personal services
- 98133100 - Civic betterment and community facility support services
Not the same for all lots
Contract dates are shown in Lot sections, because they are not the same for all lots.
Lot 1. Restorative Justice (RJ) service
Description
The Restorative Justice (RJ) service will provide direct support to victims and perpetrators of crime across the county through effective RJ practices. The RJ service will form part of a wider multi-agency approach to justice and support services in Warwickshire and will be expected to work closely with a range of partners, including the Lot 2 service provider.
Bidder(s) may only bid for one lot.
The PCC has allocated an annual budget of £55,000 for the provision of services for Lot 1. This budget will remain fixed for the period of the contract. The PCC is very keen that the service provides good value for money through the delivery of effective and efficient interventions. Bids and services that focus resources on front line service delivery are encouraged.
The funding for these services is partly reliant on Government grant. Where grant funding is used to fund services, the terms and conditions of that grant will apply fully to the service provider.
Lot value (estimated)
- £275,000 excluding VAT
- £330,000 including VAT
Contract dates (estimated)
- 1 April 2026 to 31 March 2029
- Possible extension to 1 April 2031
- 5 years, 1 day
Description of possible extension:
2 x 12 months
Same for all lots
CPV classifications are shown in the Scope section, because they are the same for all lots.
Lot 2. Anti-social behaviour (ASB) / non-crime restorative service
Description
The anti-social behaviour (ASB) / non-crime restorative service, which will sit alongside several partners in a Multi-Agency Restorative Justice Hub (MARJH). The service will deliver restorative interventions for cases arising across the Warwickshire community, where a crime has not occurred. The service will provide an accessible, proportionate, and effective early intervention option, within a wider Multi-Agency Restorative Justice Hub (MARJH).
Bidder(s) may only bid for one lot.
The PCC has allocated an annual budget of £25,000 for the provision of Lot 2 services. This budget is provided as part of a pilot project. If the pilot is successful and funding is available over the extension periods, the funding envelope will remain the same.
The provision of Lot 2 services will be excluded from the PCC's annual grants process. Similarly to Lot 1 services, the PCC is very keen to ensure that Lot 2 services provide good value for money through the delivery of effective and efficient interventions. Bids and services that focus resources on front line service delivery are encouraged.
The funding for these services is partly reliant on Government grant. Where grant funding is used to fund services, the terms and conditions of that grant will apply fully to the service provider.
The contract shall be for an initial period of 1 year which will run as a pilot with an option to extend for up to a further 4 x 12 months.
Lot value (estimated)
- £125,000 excluding VAT
- £150,000 including VAT
Contract dates (estimated)
- 1 April 2026 to 31 March 2027
- Possible extension to 1 April 2031
- 5 years, 1 day
Description of possible extension:
4 x 12 months
Same for all lots
CPV classifications are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot 1. Restorative Justice (RJ) service
Lot 2. Anti-social behaviour (ASB) / non-crime restorative service
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 October 2025, 5:00pm
Tender submission deadline
29 October 2025, 12:00pm
Submission address and any special instructions
You must submit one electronic copy of the entire tender response via the In-Tend Bluelight Tendering portal https://sell2.in-tend.co.uk/blpd/home
Please clearly label the title of all electronic files uploaded so that they are easily identifiable.
The Tender must be completed in English.
In submitting your electronic copy via the Tendering portal, please upload your submission using the 'Attach documents' button - please do not send via any other method and please do not use the correspondence function as this will not be accepted. Please ensure that once attached you click 'Submit Response'. Failure to submit by the required deadline will result in disqualification from the procedure.
Following the return of complete submissions these will be assessed against the award criteria, process and scoring matrix as set out in the tender documents.
NOTE: Large files may take some time to upload. We advise that you log-on to commence your upload process at least 2 hours prior to the deadline.
Link to Supplier Guide for the InTend Sell2Bluelight system https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf
Tenders may be submitted electronically
Yes
Award criteria
The evaluation panel will review all submissions utilising objective selection criteria and a formal evaluation model. The Commissioner will award the contract to the most advantageous tender based on the evaluation weightings detailed below.
Criteria (%) Max Marks %
Step 1 - Supplier Assurance N/A Pass / Fail
Step 2 - Value for Money 15 16%
Step 3 - Technical Questions 70 74%
Step 4 - Social Value 10 10%
Total 95 100%
The Authority reserves the right to reject a tender on the following basis:
• Where any mandatory requirement cannot be met.
• Where a Supplier scores less than an Acceptable (2) response for a question with an importance weighting of 3.
• Where a Supplier scores a zero for any quality question.
• Where a Supplier scores overall less than 50% of the available quality and social value marks.
Full details of award criteria are available in the ITT documents available on the In-tend portal.
Procedure
Procedure type
Below threshold - open competition
Special regime
Light touch
Contracting authority
The Police and Crime Commissioner for Warwickshire
- Public Procurement Organisation Number: PXNY-4251-DZLZ
Warwickshire Police Headquarters
Leek Wootton
CV35 7QB
United Kingdom
Telephone: +44(0)1926749742
Region: UKG13 - Warwickshire
Organisation type: Public authority - sub-central government