Contract notice

Information

Published

Date of dispatch of this notice: 22/07/2020

Expire date: 24/08/2020

External Reference: 2020-504717

TED Reference: 2020/S 141-348200

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Suffolk
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Jennifer Barnes
Telephone: +44 01953425699
Internet address(es):
The Police, Fire and Crime Commissioner for Essex
Office of The Police, Fire and Crime Commissioner for Essex, Kelvedon Park, London Road, Rivenhall
Witham
CM83HB
UK
Contact person: Claire Baxter
Telephone: +44 01474366658
Internet address(es):
Main address: www.essex.police.uk

I.2)

Joint procurement

The contract involves joint procurement
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=33699&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

7F-2020-0142 - Public Views, Experience of Policing and Criminal Justice
Reference number:  7F-2020-0142
II.1.2)

Main CPV code

73110000  -  Research services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Essex Police, The Police, Fire and Crime Commissioner for Essex and Norfolk and Suffolk Constabularies are seeking a delivery partner for a project that obtains, and interprets the views of residents on the police and wider criminal justice system.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Public Views and Experiences of Policing and Criminal Justice - LOT 1 Norfolk and Suffolk Constabularies
Lot No:  1
II.2.2)

Additional CPV code(s)

73110000  -  Research services
II.2.4)

Description of the procurement

The PCCs and Chief Constables are inviting bids from potential providers with extensive experience in large-scale, primary, human research within the criminal justice environment. This should specifically include policing, criminal justice, community safety, and/or victims and witnesses of crime. The project will deliver two outputs, both of which will be large scale, primarily telephone-based, primary research surveys giving a reliable, statistically significant and consistent assessment of public perception of local policing, and the experiences of service users.
The successful provider would be expected to;
a) Consult a statistically significant cohort of Norfolk and Suffolk residents, which is representative across demographic groups, to seek their views and perceptions of Norfolk and Suffolk Constabularies and the policing activity within each county. This will be used to monitor progress against our policing priorities and will inform reviews of policy and practice. This will be referred to as the community perceptions survey.
b) Consult victims of specified crime types to understand their experiences of the service and support they have received. This will enable us to monitor compliance with the Victims’ Code, inform service delivery policy and practice, and will assist with the commissioning of appropriate support services. This will be referred to as the user satisfaction survey.
The aim of the two outputs detailed above is to seek to understand, on an ongoing basis, the public views and experiences of policing and the criminal justice service in Norfolk and Suffolk. This will provide information about the service provided to victims, including their engagement with the police, and their experiences of the wider criminal justice system. This will identify key drivers of particular views and perceptions and will allow the Police and the PCCs to ensure compliance with the Victims’ Code and improve the services that we deliver and commission. The data will enhance information available through the Crime Survey of England and Wales and any bespoke local or national surveys, consultations and secondary research. Ideally the data should be comparable with other areas and allow Norfolk and Suffolk Constabularies to benchmark in order to measure direction of travel and any other relevant patterns or trends.
Please note that there are two separate contract opportunities. Lot 1 will be for Norfolk and Suffolk Constabularies and Lot 2 will be for Essex Police. There is no maximum number of Lots that an economic operator may submit bids for.
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: 300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
There is likely to be an ongoing need for this service
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period shall be for 24 months, with the option to extend for a further 24 months in 2 x 12 month increments, at the Authority's discretion.
The value in II.2.6 is based on the full term of the contract including extension options.
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)

Description

II.2.1)

Title

Public Views and Experiences of Policing and Criminal Justice - LOT 2 Essex Police
Lot No:  2
II.2.2)

Additional CPV code(s)

73110000  -  Research services
II.2.4)

Description of the procurement

The PFCC and Chief Constable for Essex are inviting bids from potential providers with extensive experience in large-scale, primary, human research within the criminal justice environment. This should specifically include policing, criminal justice, community safety, and/or victims and witnesses of crime. The project will be a large scale, primarily telephone-based, primary research survey giving a reliable and robust assessment of public perception of local policing and criminal justice systems.
The successful provider would be expected to;
a) Consult a representative cohort of Essex residents to seek their views and perceptions of Essex Police and the wider criminal justice system in the county to measure and understand progress being made against our priorities in order to inform policy and practice
b) Consult victims to find out about the level of service and support they have received in order to monitor compliance with the Victims’ Code and to inform service delivery and the commissioning of appropriate support services
The aim of this project is to seek to understand, on an ongoing basis, the public views and experiences of policing and the criminal justice service in Essex. This will provide information about the service provided to victims, including their engagement with the police, specialist support agencies, community safety and their experiences of the wider criminal justice system. It will also provide insight on the reasons and drivers of particular views and perceptions. The outcomes will allow the Police and the PFCC to ensure compliance with the Victims’ Code and improve the services that we deliver and commission. The data will supplement information available through the Crime Survey of England and Wales and any bespoke local or national surveys, consultations and secondary research. Where possible the data should be comparable with other areas and allow Essex Police to benchmark in order to measure direction of travel and any other relevant patterns or trends.
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: 300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
There is likely to be an ongoing need for this service
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period shall be for 24 months, with the option to extend for a further 24 months in 2 x 12 month increments, at the Authority's discretion.
The value in II.2.6 is based on the full term of the contract including extension options.
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

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

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/08/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  24/08/2020
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.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