Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
Leeds City Council
UKE42
Civic Hall
Leeds
LS1 1UR
UK
Contact person: Paula Hales
E-mail: RESAdultsHealth.Category@leeds.gov.uk
NUTS: UKE42
Internet address(es)
Main address: http://www.leeds.gov.uk
Address of the buyer profile: http://www.yortender.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.yortender.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Leeds Integrated Offender Management (IOM) Support Service
Reference number: DN387103
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The service will contribute to the overarching integrated offender support service arrangements in the city to reduce offending and reoffending. The key principle of the new service will be the provision of a flexible and intelligence led intensive support service, responding to the changing landscape of criminal justice, to prevent offending and reduce reoffending.
The Leeds IOM arrangements help to improve the quality of life in communities by:
— helping to improve the public’s confidence in the criminal justice system,
— reducing the negative impact of crime and reoffending,
— reducing the number of people who become victims of crime.
The service shall have an integral role within the Leeds IOM arrangements, providing a flexible and evidence-based intensive support service to reduce crime and disorder by addressing issues such as drug and alcohol misuse.
II.1.5) Estimated total value
Value excluding VAT: 3 600 000.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKE42
II.2.4) Description of the procurement
The service will contribute to the overarching integrated offender support service arrangements in the city to reduce offending and reoffending. The key principle of the new service will be the provision of a flexible and intelligence led intensive support service, responding to the changing landscape of criminal justice, to prevent offending and reduce reoffending.
The Leeds IOM arrangements help to improve the quality of life in communities by:
— helping to improve the public’s confidence in the criminal justice system,
— reducing the negative impact of crime and reoffending,
— reducing the number of people who become victims of crime.
The service shall have an integral role within the Leeds IOM arrangements, providing a flexible and evidence-based intensive support service to reduce crime and disorder by addressing issues such as drug and alcohol misuse.
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: 3 600 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 months.
II.2.9) Information about the limits on the number of candidates to be invited
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:
Please see the tender documentation for further information.
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 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:
11/09/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
11/09/2019
Local time: 12:00
Place:
Leeds.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Year 2022 if the contract extension is not invoked.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
The High Court of Justice
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Where necessary in order to comply with the Public Contracts Regulations 2015 this Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be requested from the addressee foundi n 1.1) If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector) Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer 1st knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.
VI.4.4) Service from which information about the review procedure may be obtained
The High Court of Justice
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
19/07/2019