Contract notice
Section I: Contracting
authority
I.1) Name and addresses
7 Forces Commercial Services
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Claire Baxter
Telephone: +44 01474366658
E-mail: claire.baxter@kent.police.uk
NUTS: UKJ4
Internet address(es)
Main address: http://www.suffolk.police.uk
I.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=48093&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48093&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
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
Young People Prevention Service - Kent
Reference number: 7F 2021 C049
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Police and Crime Commissioner for Kent wishes to commission universal, open to all, age-appropriate messages to CYP which build social skills, aid decision-making, support the building of resilience and change behaviours. The aim is to support CYP make better, informed choices by highlighting risk factors which can increase the likelihood of a negative outcome. This approach should also support CYP by showing them how they can de-escalate situations and help to keep themselves and others safe. The service should also ensure that parents / carers and professionals working with CYP receiving the messages also understand the content. This will increase their understanding of the issues and empower professionals and parents / carers to identify potential risk signs earlier and support de-escalation.
It is important that messaging must be relevant and delivered in an engaging format and bidders will be expected to set demonstrate their evidence base for the approach proposed.
II.1.5) Estimated total value
Value excluding VAT:
375 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 – Healthy Relationships (attitudes, behaviours, and safety), Online Harms and Cyber Safety and Cyber Bullying.
Lot 2 – Gangs, County Lines, Violence, Knife Crime and Criminal Exploitation.
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Healthy Relationships (attitudes, behaviours, and safety), Online Harms, Cyber Safety and Cyber Bullying
II.2.2) Additional CPV code(s)
80100000
80200000
80310000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Lot 1 - Deliver age-appropriate, evidence based and engaging universal messages to CYP, with the aim of aiding decision-making, helping build resilience and support positive behaviours related to healthy relationships (attitudes, behaviours, and safety), online harms, cyber safety and cyber bullying. Whilst also ensuring that professionals and parents / carers are also supported in understanding the messages being delivered. This will increase their understanding of the issues and empower professionals and parents / carers to be able to identify potential risk signs with CYP earlier and support de-escalation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
225 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract is for 3 years with the option to extend, depending on funding availability, delivery of a quality service and sustained performance, on a yearly extension basis for a further 2 years.
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
Lot No: 2
II.2.1) Title
Lot 2 – Gangs, County Lines, Violence, Knife Crime and Criminal Exploitation
II.2.2) Additional CPV code(s)
80100000
80200000
80310000
II.2.3) Place of performance
NUTS code:
UKJ4
II.2.4) Description of the procurement
Lot 2 - Deliver age-appropriate, evidence based and engaging universal messages to CYP, with the aim of aiding decision-making, helping build resilience and support positive behaviours related to Gangs, County Lines, violence, knife crime and criminal exploitation. Whilst also ensuring that professionals and parents / carers are also supported in understanding the messages being delivered. This will increase their understanding of the issues and empower professionals and parents / carers to be able to identify potential risk signs with CYP earlier and support de-escalation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract is for a period of 3 years with an option to extend, depending on funding availability, delivery of a quality service and sustained performance, on a yearly extension basis for a further 2 years,
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:
Criteria as stated in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Criteria as stated in the procurement documents
III.2) Conditions related to 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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/07/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
27/07/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
A Market Engagement event will be held via Microsoft Teams on 7th July 2022 at 13:30. Please refer to the tender documentation for further information.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055
VI.4.4) Service from which information about the review procedure may be obtained
The High Court of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
23/06/2022