Agenda item

Public Question Time.

Minutes:

The following question(s) were put to the Police and Crime Commissioner:

 

“Given that the contract for support to victims and witnesses has been awarded to an organisation with a background of supporting youth offenders, rather than victims or witnesses and has little or no history of providing services in the force area, could the Police and Crime Commissioner please explain:

(a)       How it was decided during the procurement process that this body would have the ability, expertise or experience to deliver that service;

 

(b)       Why you did not take the opportunity to interview bidders; and

 

(c)       How you will now ensure that it is delivered to an appropriately high standard without any reduction in the quality or level of service?”

 

Reply by the Police and Crime Commissioner:

“(a)    A tender assessment score card was issued with the Invitation to Tender (ITT). The member of the public asking this question will have seen this as they were involved in the tender process, supporting a bid. The scorecard included weightings which clearly outlined the areas the Office of the Police and Crime Commissioner (OPCC) believed to be those requiring the greatest strengths. The OPCC’s decision to score and weight these areas was based on officers’ understanding of the requirements for the new Victim First service. As the original intention was to build the service in- house, the OPCC had a clear understanding of the skills, expertise and experience needed.

This was further developed through research and analysis of existing provision, the identification of gaps and opportunities as well as consideration from experiences of the ‘early adopters’, namely Cambridgeshire and Avon and Somerset.

Advice was also taken from the Leicestershire Police Procurement Team to ensure the market opportunity was fair and equal. The tenders received (of which there were two) were scored by a number of individuals, prior to being standardised by moderation panels.”

 

(b)     The decision not to interview bidders was based on advice from the Procurement Team. As the Victim First specification was detailed and the tender assessment score card explicit, it was felt that interviewing bidders would not add any value to the evaluation process. However, a series of clarification questions were emailed to both bidders, prior to final scoring being undertaken;

(c)     As already stated, we issued a detailed specification for the Victim First service. The contract being put in place has a performance framework that covers a broader range of metrics, with higher quality demands, than the previous Ministry of Justice (MoJ) contract with Victim Support. The OPCC therefore has a greater degree of leverage and control over underperformance than previously existed. Regular contract management meetings will take place and reports on performance and customer satisfaction levels will be discussed at the Victim and Witness Partnership Assurance Group who will maintain oversight of the new Victim First service. There will also be an independent Victim Board set up, where regular performance reports will be presented. This Board will be made up of local experts, including academics, criminal justice leads and victim ambassadors.”


The following supplementary question was asked in relation to the answer to question (a):

 

“The answer sets out the principles of the tender process and in some ways why the OPCC had confidence in it. For the process to enable an organisation who are young offender focused and with no victim support experience to be successful in the bidding process surely gives cause for concern. To give the experience of Cambridgeshire and Avon and Somerset is also misleading in that both did not utilise an outside agency to deliver the victim services but kept the assessment process in house.

Is the OPCC confident that the successful organisation Catch 22 has the ability, expertise and experience to deliver the Victim First service?”

The Commissioner responded to the effect that he was unable to provide a response at the meeting and would endeavour to provide a written response within five working days.

 

The following supplementary question was asked in relation to the answer to question (b):

 

“At the bidders conference the lead procurement officer stated that the time between the final submission date of the tender and the decision to offer the contract was very tight

As a series of clarification questions were required prior to final scoring, does the OPCC now consider that not having a face to face interview to deal with these questions was a mistake given the importance of the contract to victims of crime in Leicester, Leicestershire and Rutland?”

 

The Commissioner responded to the effect that he was unable to provide a response at the meeting and would endeavour to provide a written response within five working days.

 

The following supplementary question was asked in relation to the answer to question (c):

 

“This question is about making sure a quality service is delivered by the new provider.  Will the performance data be open to public scrutiny?”

The Commissioner responded to the effect that he was unable to provide a response at the meeting and would endeavour to provide a written response within five working days.