Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Carmarthen
SA31 2PF
UK
Telephone: +44 1267226540
E-mail: chloe.clarke@dyfed-powys.pnn.police.uk
NUTS: UKL1
Internet address(es)
Main address: http://www.dyfed-powys.police.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Offender Diversionary Scheme
Reference number: DPP1902
II.1.2) Main CPV code
75200000
II.1.3) Type of contract
Services
II.1.4) Short description
The proposal for an offender diversionary scheme is a culture-changing initiative that seeks to tackle the root causation of offending and associated health and community related issues. It is a multi-agency scheme which seeks to address offending behaviour at a much earlier stage in an individual’s offending journey. It also improves awareness of and access to health-based services for all persons committing low level offences.
The scheme will result in Dyfed-Powys Police making a transition from being a prosecution based force to being an offender management based force.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
98000000
85000000
II.2.3) Place of performance
NUTS code:
UKL14
UKL24
II.2.4) Description of the procurement
Aims and objectives of the scheme
The provider will be expected to deliver support services that improve the offender’s ability to live a productive crime free life in the community.
The offenders in receipt of the scheme delivered by the Provider shall achieve one or more of the following outcomes:
1. Increased access to services to address the underlying causes of offending
2. Reduced reoffending
3. Enabled to make positive changes
4. Improved safety
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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:
Three periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender document.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/08/2019
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
12/08/2019
Local time: 14:00
Place:
Office of The Police and Crime Commissioner for Dyfed Powys
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=93551
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As per tender documents.
(WA Ref:93551)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Carmarthen
SA31 2PF
UK
Telephone: +44 1267226540
Internet address(es)
URL: http://www.dyfed-powys.police.uk
VI.5) Date of dispatch of this notice
01/07/2019