MOPAC (including the VRU): MOPAC Restorative Justice Service for London

  MOPAC (including the VRU) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: MOPAC Restorative Justice Service for London
Notice type: Contract Notice
Authority: MOPAC (including the VRU)
Nature of contract: Services
Procedure: Open
Short Description: The procurement of a specialist support service to provide restorative justice services for victims of crime.
Published: 14/03/2024 15:53
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Health and social work services.
Section I: Contracting Authority
      I.1) Name and addresses
             Mayors Office for Policing and Crime
             169 Union Street, Southwark, London, SE1 0LL, United Kingdom
             Tel. +44 7563375589, Email: lvwsdesign@mopac.london.gov.uk
             Contact: Amanda Fearing
             Main Address: https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime-mopac, Address of the buyer profile: https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime-mopac
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./ZG49E3BEN7
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: MOPAC Restorative Justice Service for London       
      Reference Number: MOPAC 974
      II.1.2) Main CPV Code:
      85000000 - Health and social work services.
      DA34-3 - Guidance
      DA30-1 - Counselling
      DA33-0 - Rehabilitation
      DA28-5 - Social service
      DA03-0 - Public

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The procurement of a specialist support service to provide restorative justice services for victims of crime.       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: As per the Victims Code of Practice (2020), victims have the right to receive information about and be referred to local support services to help them cope and recover from their experiences. This includes specialist Restorative Justice (RJ) services. In its functions as Police and Crime Commissioner, MOPAC has a responsibility to commission these services for victims of crime in London and is seeking to deliver a new Pan-London model for its RJ provision from 1st October 2024.

Since 2019, MOPAC has delivered on its responsibilities to provide access to RJ through the London Victim & Witness Service (LVWS), an integrated service model providing casework support and advocacy for adult victims of crime as well as access to RJ through its specialist partners.

Whilst the LVWS model has proven itself to be a successful and resilient model, MOPAC is preparing for the end of the current contracts on 30th September 2024 and is now seeking to commission a standalone RJ service.

To retain the benefits of effective partnership working, the RJ service will sit within a broader Ecosystem of support services for children and adults in London commissioned by MOPAC. As part of the first phase of the Ecosystem, MOPAC will be looking to commission the four services set out below:

• Central referral mechanism and support service for adult victims (tender launched Oct 23)

• Specialist service for victims of domestic abuse (tender launched Oct 23)

• Specialist service for young victims (tender launched Mar 23)

• Specialist restorative justice services

A series of tenders for these services commenced from October 2023. The final service to be commissioned is the service for RJ.

The specialist RJ provider will be expected to work alongside MOPAC and wider ecosystem partners, to deliver high quality RJ provision as well as support the development of the right strategic conditions to maximise the benefits of RJ in London.

This contract will be for a period of 1 year and 9 months (3 months mobilisation and 1.5 years' service delivery) with the option to extend by 12 months.

The indicative value of this service is £450,000 over the initial term.

Over the initial service delivery, the provider will at a minimum be expected to deliver the following:

• Meet obligations relating to ability to access RJ under the Victims Code of Practice

• Be a Registered Service Provider, or actively working towards registration, with the Restorative Justice Council

• Process and support referrals from individuals, the Police and the Ecosystem partners which works on behalf of the Ecosystem of services

• Risk assess and safeguard victims and offenders engaging in the process

• Offer a range of RJ solutions

• Commit to supporting strategic need to grow partnerships, increase awareness of RJ, and drive up referrals

• Commit to working with partners across the Ecosystem to develop innovative tools and digital capabilities to improve support for all victims of crime.
      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: 450,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 21       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ZG49E3BEN7       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2024/S 000 - 004851       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/04/2024 Time: 15:00
            
      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 month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/04/2024
         Time: 15:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./ZG49E3BEN7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZG49E3BEN7
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Legacy Development Corporation
       1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
       Tel. +44 7912304253
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 14/03/2024

Annex A


View any Notice Addenda

View Award Notice