Counter Extremism Strategy – Mentoring Services
In the 2015 Counter Extremism Strategy, the Government committed to deliver a new de-radicalisation programme aimed at changing the behaviour (desistance) and beliefs (disengagement, or ‘de-radicalisation’) of those who have already engaged in terrorist-related activity or who are further down the path to radicalisation than those for whom the Channel Programme was designed.
United Kingdom-London: Education and training services
2016/S 128-230643
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Secretary of State for Home Department
2 Marsham Street, 5th floor, Peel Building
For the attention of: Lisa Hunter, Keith Jackson
SW1P 4DF London
United Kingdom
E-mail: De-rad.competition@homeoffice.x.gsi.gov.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/home-office
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— The new Desistance and Disengagement programme will focus on those convicted of terrorism, or terrorism related offences, who have served their custodial sentences and are due to be released on licence;
— The programme will address the complex range of needs and factors that lead individuals to become involved in terrorism, and will run alongside statutory risk assessment and management processes such as the Multi Agency Public Protection Arrangements (‘MAPPA’);
— In addition to the existing interventions already available through those statutory partners, we believe an additional suite of psychological, theological and social/occupational provisions and mentoring will provide the best possible means for these individuals to disengage from extremism and reintegrate safely back into society;
— We recognise the skills and expertise the third sector holds in facilitating and encouraging social integration into society. We are therefore tendering for a Non-Governmental Organisation to deliver the mentoring aspect of the programme;
— This mentoring services contract is a 15 month pilot study. It will commence on the 1.10.2016 and will expire on the 31.12.2017. Should the pilot prove successful, the Authority may wish to extend contract services to 31.3.2020. Option periods are defined in the tender documentation.
II.1.6)Common procurement vocabulary (CPV)
80000000, 79315000, 79998000, 80500000, 80521000, 85300000, 98131000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 200 000 and 700 000 GBP
II.2.2)Information about options
Description of these options: Option to extend the Contract for up to 2 further periods of time each of up to 18 months. These options are defined in the Terms and Conditions (Volume 3) and the Specification (Volume 2). They are potentially subject to roll-out of the successful pilot to a higher number of offenders and additional cohorts (such as detained offenders). The scope may be amended slightly depending on the results of the pilot. The number of individuals that will be part of the programme cannot be guaranteed.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The Authority’s particular requirements are set out in the Invitation to Tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The Authority’s particular requirements are set out in the Invitation to Tender documentation.
III.2.3)Technical capacity
The Authority’s particular requirements are set out in the Invitation to Tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority expressly reserves the rights:
(i) Not to award any contract as a result of the procurement process commenced by publication of this notice;
(ii) To make whatever changes it may see fit to the content and structure of the tendering competition; and
(iii) Award: (a) contract (s) in respect of any part (s) of the services covered by this notice; and
(iv) Award contract (s) in stages.
In no circumstances will the Contracting Authority be liable for any costs incurred by candidates.
This procurement will be managed electronically via the Crown Commercial Service’s eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at: https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: De-rad.competition@homeoffice.x.gsi.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service help desk: Freephone. 0345 010 3503.
Responses must be published by the date in IV.3.4)
VI.5)Date of dispatch of this notice:
Related Posts
Tender to Manage Study China Student Visit Programme
Bolton Educational Improvement Strategic Partnership