Opportunity

28500000

  • Ministry of Justice

F02: Contract notice

Notice reference: 2022/S 000-004730

Published 18 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

1st Floor, 5 Wellington Place

Leeds

LS1 4AP

Contact

Helena Agus

Email

Helena.Agus@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://ministryofjusticecommercial.bravosolution.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ministryofjusticecommercial.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ministryofjusticecommercial.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://ministryofjusticecommercial.bravosolution.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

28500000

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The objective of this procurement is to create framework to facilitate the delivery of intervention practitioner, forensic psychologist and clinical psychologist services for the Ministry of Justice and the National Crime Agency (the “Framework Services”).

B. The Framework Services have been procured in 4 lots, which includes:

(1) Lot 1 – Forensic psychology risk assessment report writing for Her Majesty’s Prison and Probation Service (“HMPPS”);

(2) Lot 2 – Intervention programmes for HMPPS;

(3) Lot 3 – Supervision services for trainee psychologists for HMPPS; and

(4) Lot 4 – Provision of forensic and clinical psychological assessments, involving clinical interview and production of reports for the National Crime Agency (“NCA”).

two.1.5) Estimated total value

Value excluding VAT: £28,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Psychological Risk Assessment Report

Lot No

LOT 1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

HMPPS establishments

two.2.4) Description of the procurement

HMPPS require the services of suitably qualified and experienced Forensic Psychologists (or Clinical Psychologists with substantial experience in forensic settings) to provide risk assessment services for offenders. Services will be required on both a regular and ad-hoc basis to support work usually undertaken by HMPPS staff

Forensic Psychology services are provided throughout HMPPS in both custody and community. High priority work is providing Forensic Psychological assessments & reports for the purposes of risk management.

The demand for risk assessments is variable and can sometimes outstrip the HMPPS Psychology Service Group (PSG) ability to deliver within timescales required.

The Supplier will be required to deliver forensic psychological risk report services commissioned by HMPPS Psychology Service Group. The Supplier will take instructions on the requirements for the risk assessment. These must meet standards set by the process relevant to the type of report (e.g. Parole Board, MAPPA, internal guidance documents).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £11,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

9 June 2025

This contract is subject to renewal

Yes

Description of renewals

Extension option of 12 months

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Specialist Psychological Interventions Background

Lot No

LOT 2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An important element of Psychology Services Group’s contribution to rehabilitation of those in our care is the provision of evidence led interventions to address offending behaviour.

Across the HMPPS estate a number of group and individual interventions are delivered and overseen by Registered Psychologists.

These are accredited by the CSAAP (Correctional Services Advice & Accreditation Panel) and therefore are bound by carefully constructed accreditation standards.

In addition, on occasion there is a requirement to deliver a bespoke individual psychological intervention

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £825,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

9 June 2025

This contract is subject to renewal

Yes

Description of renewals

Extension option of 12 months

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Supervision of Forensic Psychologists in Training Background

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Psychology Services Group is committed to developing our workforce to maintain a high proportion of Registered Psychologists (forensic) within our staff group.

Every team contains a number of Forensic Psychologist in Training posts to ensure succession planning is a fluid process.

At present those on a qualification route are enrolled on either the Cardiff Post Graduate Diploma Forensic Psychology Practitioner Programme or the British Psychological Society (BPS) Qualification in Forensic Psychology (Stage 2).

Supervision is a mandatory requirement for those in training and best practice for all Registered Psychologists.

The demand for supervision services is variable and may outstrip the capacity of directly employed Registered Psychologists due to a range of factors.

This contract aims to support the workforce development and enable staff in training to progress at an appropriate pace.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

9 June 2025

This contract is subject to renewal

Yes

Description of renewals

Extension option for 12 months

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Psychological assessment, consultancy and intervention

Lot No

LOT 4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

3.1 Provision of forensic and clinical psychological assessments, involving clinical interview and production of a report. Psychologists will usually be asked to evaluate psychological functioning, risk to self and where indicated, risk to others. The use of forensic/clinical risk assessment tools, psycho-diagnostic tools or psychological tests may also be requested. There may be requests for standalone assessments for example violence risk assessment.

3.2 Delivery of evidence based psychological intervention to improve symptoms of mental health problems, particularly those common to a forensic population. This may include work to alleviate symptoms of anxiety, depression, PTSD and other mental health disorders; reduce alcohol or drug use or prevent relapse; motivate specific behaviours; reduce risks to self and others associated with mental health problems; provide mental health psycho-education; general supportive psychotherapy. In some cases the clinical and risk picture will be complex with overlapping symptoms and co-morbidity. Evidence based treatment models and established approaches used in the clinical/forensic field should be used. A post-treatment report will be required.

3.3 Provision of specialist psychological consultancy to operational staff covering areas such as suicide and self-harm; complex PTSD; comorbidity of personality disorder traits with trauma and stress related disorders. Less frequently, specialist advice on neurodevelopmental disorders and psychotic disorders may be requested. The Authority may request a written summary of consultancy advice provided.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

9 June 2025

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

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.2.2) Time limit for receipt of tenders or requests to participate

Date

11 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 March 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom