Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Cleveland
N/A
St Marks House, St Marks Square, Thornaby
Stockton on Tees
TS17 6QW
UK
Contact person: Claire Wrightson
Telephone: +44 1642301224
E-mail: Claire.wrightson@cleveland.pnn.police.uk
NUTS: UKC1
Internet address(es)
Main address: http://www.cleveland.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/30466
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=40590&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=40590&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
Restorative Justice
Reference number: CPC-0001992
II.1.2) Main CPV code
75230000
II.1.3) Type of contract
Services
II.1.4) Short description
• Offering all victims of crime the opportunity to participate in/ engage with RJ, where appropriate.
• Restorative interventions provided by Restorative Cleveland are only available to offenders that are 18 years of age and above. It is the responsibility of the youth offending teams in Cleveland to deliver restorative interventions if the offender is a juvenile.
• Ensuring a consistent approach is implemented across Cleveland, so victims receive a standardised service, regardless of their postcode.
• Offering an inclusive and localised service to meet the needs of victims in line with The Equality Act 2010.
• Offering a free of charge, confidential service, available whether reported as a crime or not
• To support victims before, during and after any court proceedings to aid cope and recovery through collaborative with victim referral service.
II.1.5) Estimated total value
Value excluding VAT:
560 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75200000
85320000
II.2.3) Place of performance
NUTS code:
UKC1
Main site or place of performance:
TS17 6AJ
II.2.4) Description of the procurement
• Offering all victims of crime the opportunity to participate in/ engage with RJ, where appropriate.
• Restorative interventions provided by Restorative Cleveland are only available to offenders that are 18 years of age and above. It is the responsibility of the youth offending teams in Cleveland to deliver restorative interventions if the offender is a juvenile.
• Ensuring a consistent approach is implemented across Cleveland, so victims receive a standardised service, regardless of their postcode.
• Offering an inclusive and localised service to meet the needs of victims in line with The Equality Act 2010.
• Offering a free of charge, confidential service, available whether reported as a crime or not
• To support victims before, during and after any court proceedings to aid cope and recovery through collaborative with victim referral service.
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:
560 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2022
End:
31/03/2025
This contract is subject to renewal: Yes
Description of renewals:
1 x 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
II.2.14) Additional information
Please submit all relevant documents via the Bluelight
portal prior to the closing date.
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 detailed in the ITT
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 detailed in the ITT
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/12/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/04/2022
IV.2.7) Conditions for opening of tenders
Date:
10/12/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
3/4 years
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
PCC for Ceveland
Cleveland
UK
VI.5) Date of dispatch of this notice
10/11/2021