Contract notice

Information

Published

Expire date: 27/07/2022

External Reference: 2022-518073

FTS Reference: 2022-017240

Contract notice

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
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=48093&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

Young People Prevention Service - Kent
Reference number:  7F 2021 C049
II.1.2)

Main CPV code

80000000  -  Education and training services
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: 375000.00  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

II.2.1)

Title

Lot 1 – Healthy Relationships (attitudes, behaviours, and safety), Online Harms, Cyber Safety and Cyber Bullying
Lot No:  1
II.2.2)

Additional CPV code(s)

80100000  -  Primary education services
80200000  -  Secondary education services
80310000  -  Youth education services
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
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: 225000.00  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.2.10)

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)

Description

II.2.1)

Title

Lot 2 – Gangs, County Lines, Violence, Knife Crime and Criminal Exploitation
Lot No:  2
II.2.2)

Additional CPV code(s)

80100000  -  Primary education services
80200000  -  Secondary education services
80310000  -  Youth education services
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
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: 150000.00  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.2.10)

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 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:  27/07/2022
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:  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