Contract

Probation Services Dynamic Framework (PSDF) - Autism Support Services - South Central

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-004470

Procurement identifier (OCID): ocds-h6vhtk-031812

Published 16 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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