Contract notice

Information

Published

Expire date: 18/02/2022

External Reference: 2022-561779

FTS Reference: 2022-001213

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

7 Forces Commercial Services
N/A
The Police and Crime Commissioner for Kent, Police HQ, Sutton Road,
Maidstone
ME15 9BZ
UK
Contact person: Busola Shotunde
NUTS code:  UKJ4 -  Kent
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=42197&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

Gangs and County Lines Preventative and Protective Interventions in Kent and Medway
Reference number:  7F-2021-C050
II.1.2)

Main CPV code

85312300  -  Guidance and counselling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The PCC and the Kent and Medway VRU wishes to commission the following services:
• Preventative interventions for those Children and Young People (CYP) up to the age of 25 at risk of serious youth violence, knife offences, drug supply, criminal exploitation, or gangs.
• Protective interventions for those CYP up to the age of 25 who are involved in of serious youth violence, knife offences, drug supply, criminal exploitation, or gangs.
Service Objectives:
To deliver age-appropriate, trauma informed, needs led approaches with the aim of providing long term support to CYP and their close relatives or immediate support network.
• Reduce criminal and anti-social behaviour
• Increase engagement with statutory services
• Enable positive change e.g., ETE, ability to make better informed decisions
• Reduce the likelihood of re-engaging in serious youth violence, knife offences, drug supply, criminal exploitation, or gangs.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  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

Lot 1 – Countywide Gangs and County Lines Preventative Interventions
Lot No:  1
II.2.2)

Additional CPV code(s)

79212400  -  Fraud audit services
85000000  -  Health and social work services
85100000  -  Health services
85120000  -  Medical practice and related services
85121270  -  Psychiatrist or psychologist services
85140000  -  Miscellaneous health services
85141220  -  Advisory services provided by nurses
85147000  -  Company health services
85300000  -  Social work and related services
85310000  -  Social work services
85311000  -  Social work services with accommodation
85312000  -  Social work services without accommodation
85312310  -  Guidance services
85312320  -  Counselling services
85312500  -  Rehabilitation services
85321000  -  Administrative social services
85323000  -  Community health services
98000000  -  Other community, social and personal services
98300000  -  Miscellaneous services
98514000  -  Domestic services
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
II.2.4)

Description of the procurement

The Preventative Interventions cohort will consist of CYP up to the age of 25 who are at risk serious youth violence, knife offences, drug supply, criminal exploitation, or gangs. This cohort may already be involved in anti-social behaviour (ASB) and low-level criminality. They may not have a case holder but there is evidence that the individual may have already come to the attention of police/other services and an opportunity to work with the individual has been identified.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
1+1+1
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

Attached as document
II.2)

Description

II.2.1)

Title

Lot 2 – Countywide Gangs and County Lines Protective Interventions
Lot No:  2
II.2.2)

Additional CPV code(s)

79212400  -  Fraud audit services
85000000  -  Health and social work services
85100000  -  Health services
85120000  -  Medical practice and related services
85121270  -  Psychiatrist or psychologist services
85140000  -  Miscellaneous health services
85141220  -  Advisory services provided by nurses
85147000  -  Company health services
85300000  -  Social work and related services
85310000  -  Social work services
85311000  -  Social work services with accommodation
85312000  -  Social work services without accommodation
85312310  -  Guidance services
85312320  -  Counselling services
85312500  -  Rehabilitation services
85321000  -  Administrative social services
85323000  -  Community health services
98000000  -  Other community, social and personal services
98300000  -  Miscellaneous services
98514000  -  Domestic services
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
II.2.4)

Description of the procurement

The Protective Interventions cohort will consist of CYP up to the age of 25 where there is evidence of that there is already involvement in serious youth violence, knife offences, drug supply, criminal exploitation (both perpetrator and victim), or gangs. Additional offences such as false imprisonment; modern day slavery offences; robbery and possession of an offensive weapon will also be considered.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
1+1+1
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

Attached as document

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 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:  18/02/2022
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:  18/02/2022
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

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

7F Commercial Services
The Police and Crime Commissioner for Kent, Police HQ, Sutton Road,
Maidstone
ME15 9BZ
UK