Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
ProbationDynamicFramework@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement
Buyer's address
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Probation Services Dynamic Framework (PSDF) - Autism Support Services - South Central
Reference number
prj_7167
two.1.2) Main CPV code
- 75231240 - Probation services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract Award Notice details the award of a call-off competition conducted by the Authority via the Ministry of Justice's Probation Service Dynamic Framework (PSDF). The Probation Service sought a provider to deliver a specialist service to individuals within the region, who may experience difficulties with; language and speech, motor skills, behaviour, memory, learning and other neurological functions, to be better equipped to comply with probation requirements.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £180,000
two.2) Description
two.2.1) Title
Hampshire
Lot No
1
two.2.2) Additional CPV code(s)
- 75231240 - Probation services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
- UKJ31 - Portsmouth
- UKJ32 - Southampton
Main site or place of performance
Hampshire
two.2.4) Description of the procurement
In June 2020 the Ministry of Justice established the Probation Services Dynamic Framework (PSDF) to allow
the Authority and Participating Bodies to purchase services to deliver rehabilitative and resettlement
Interventions. The Dynamic Framework and subsequent Call-Off Competitions are conducted pursuant to
Section 7 of the PCR 2015 (Social and Other Specific Services) the 'Light Touch Regime'. The Provider is expected to deliver interventions to people on probation that meet the specific needs of those, living with an Autistic Spectrum Condition. As needs will vary, the support to be provided shall include, but is not limited to one or more or the following:
(a) Support to improve communication and social skills;
(b) Support to improve the PoP’s awareness of their own emotional state and wellbeing, and that of others;
(c) Support to improve impulse control and/or make better social judgements;
(d) Identification of appropriate strategies and coping mechanisms;
(e) Ensuring the individual is better equipped to comply with probation requirements, adequately address their offending behaviour and engage in programmes (where applicable).
two.2.5) Award criteria
Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery in the Local Landscape / Weighting: 25%
Quality criterion - Name: Delivering the Service to People on Probation / Weighting: 40%
Quality criterion - Name: How Workforce Delivers the Service / Weighting: 25%
Quality criterion - Name: Implementation / Weighting: 10%
Price - Weighting: Highest Quality Conforming
two.2.11) Information about options
Options: Yes
Description of options
- The Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 percent;
- If a bidder scored less than 60 on question TC002, the Authority reserved the right to remove that Bidder from the competition.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Full procurement documents are published on the Authority's esourcing portal including spec/criteria etc
The contract length per lot is 2 years with the option to extend for an additional +1+1. The initial contract term per lot is £45K per annum with an estimated £45K per annum.
two.2) Description
two.2.1) Title
Thames Valley
Lot No
2
two.2.2) Additional CPV code(s)
- 75231240 - Probation services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
- UKJ12 - Milton Keynes
Main site or place of performance
Thames Valley
two.2.4) Description of the procurement
In June 2020 the Ministry of Justice established the Probation Services Dynamic Framework (PSDF) to allow the Authority and Participating Bodies to purchase services to deliver rehabilitative and resettlement Interventions. The Dynamic Framework and subsequent Call-Off Competitions are conducted pursuant to
Section 7 of the PCR 2015 (Social and Other Specific Services) the 'Light Touch Regime'. The Provider is expected to deliver interventions to people on probation that meet the specific needs of those, living with an Autistic Spectrum Condition. As needs will vary, the support to be provided shall include, but is not limited to one or more or the following:
(a) Support to improve communication and social skills;
(b) Support to improve the PoP’s awareness of their own emotional state and wellbeing, and that of others;
(c) Support to improve impulse control and/or make better social judgements;
(d) Identification of appropriate strategies and coping mechanisms;
(e) Ensuring the individual is better equipped to comply with probation requirements, adequately address their offending behaviour and engage in programmes (where applicable).
two.2.5) Award criteria
Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery in the Local Landscape / Weighting: 25%
Quality criterion - Name: Delivering the Service to People on Probation / Weighting: 40%
Quality criterion - Name: How Workforce Delivers the Service / Weighting: 25%
Quality criterion - Name: Implementation / Weighting: 10%
Price - Weighting: Highest Quality Conforming
two.2.11) Information about options
Options: Yes
Description of options
- The Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 percent;
- If a bidder scored less than 60 on question TC002, the Authority reserved the right to remove that Bidder from the competition.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Full procurement documents are published on the Authority's esourcing portal including spec/criteria etc
The contract length per lot is 2 years with the option to extend for an additional +1+1. The initial contract term per lot is £45K per annum with an estimated £45K per annum.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 114-277986
Section five. Award of contract
Contract No
ITT_5500
Lot No
1
Title
Hampshire
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 February 2022
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SJ Teal Consultancy Ltd
Lymington
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £180,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted
In accordance with the Framework Agreement, the Supplier is entitled to sub-contract its obligations under this Call-Off Contract to Key Sub-contractors declared in the ITT and Call-off Contract. The Parties agree that they will periodically update records of any Key Sub-contractors appointed by the Supplier with the consent of the Customer after the Call-Off Commencement Date.
Section five. Award of contract
Contract No
ITT_5500
Lot No
2
Title
Thames Valley
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
To note: This service shall be provided in the South Central Region (Hampshire)
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement