Contract notice

Information

Published

Date of dispatch of this notice: 18/07/2016

Expire date: 02/09/2016

External Reference: 2016-315212

TED Reference: 2016/S 137-247401

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Nottinghamshire
N/A
Arnot Hill House, Arnot Hill Road, Arnold
Nottinghamshire
NG5 6LU
UK
Contact person: Leanne Bryant
Telephone: +44 1159670999
NUTS code:  UKF14 -  Nottingham
Internet address(es):
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=16729&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Nottinghamshire Victims’ CARE
Reference number:  SOR100521
II.1.2)

Main CPV code

85312300  -  Guidance and counselling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner, (“the PCC”), has a wide remit to cut crime and improve community safety in Nottingham and Nottinghamshire. The Nottinghamshire Police and Crime Plan 2013-18 sets out the PCC’s intentions to achieve safer communities and improve trust and confidence in high quality policing by reducing crime and antisocial behaviour, ensuring fairer treatment of victims and citizens and demonstrating using public resources wisely. The plan includes a specific commitment to “protect, support and respond to victims, witnesses and vulnerable people”. Police and Crime Commissioners were given the power to commission local support services for victims of crime by the Anti-Social Behaviour, Crime and Policing Act in March 2014.
II.1.5)

Estimated total value

Value excluding VAT: 3708000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85312320  -  Counselling services
II.2.3)

Place of performance

NUTS code:  UKF16 -  South Nottinghamshire
NUTS code:  UKF15 -  North Nottinghamshire
NUTS code:  UKF14 -  Nottingham
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Nottinghamshire
II.2.4)

Description of the procurement

PCC’s Victims’ Strategy outlines a vision for victims:
“Victims and survivors in Nottinghamshire are resilient and less likely to be re-victimised; empowered to cope and recover from crime and anti-social behaviour by timely and effective victim-centred support from local services, families and communities”.
Strategic objectives include building victims’ resilience to cope and recover from crime and anti-social behaviour and reducing re-victimisation. This tender is a key element of the PCC’s activity to achieve the strategy.
The PCC’s vision for RJ is:
“RJ activity is victim focused and is offered and available at any stage of the victim’s journey, ensuring their safety, and enabling them to better cope and recover from crime and anti-social behaviour.”
Strategic objectives include ensuring that RJ activity is victim-centred, increasing victims awareness and understanding of RJ, ensuring it is delivered by highly skilled experienced and accredited practitioners, expanding the delivery of RJ.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70
Price  -  Weighting:  30
II.2.6)

Estimated value

Value excluding VAT: 660000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 54
This contract is subject to renewal: no
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:  Any supplier may be disqualified who:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(j) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Minimum level(s) of standards possibly required: Refer to invitation to tender documentation for further details.
Minimum level(s) of standards possibly required:  
Please refer to ITT document
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to invitation to tender documentation for further details.
Minimum level(s) of standards possibly required:
Refer to invitation to tender documentation for further details.
Minimum level(s) of standards possibly required:  
Please refer to ITT document
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to ITT document

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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:  02/09/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  02/09/2016
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

East Midlands Strategic Commercial Unit
Nottinghamshire Police Headquarters, Sherwood Lodge,
Arnold, Nottingham
NG5 8PP.
UK

VI.5)

Date of dispatch of this notice

18/07/2016