Awarded contract

Probation Services Dynamic Framework (PSDF) - Autism Support Services for Swansea, Neath and Port Talbot

  • Ministry of Justice

F03: Contract award notice

Notice reference: 2022/S 000-009965

Published 13 April 2022, 4:46pm



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

UKL - Wales

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 for Swansea, Neath and Port Talbot

Reference number

prj_7372

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.

To Note: This Service is to be delivered in South Wales: Swansea, Neath and Port Talbot.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £80,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

This Service is to be delivered in South Wales: Swansea, Neath and Port Talbot.

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 enhance communication and social skills;

(b)Support to recognise and develop the PoP’s personal strengths;

(c) Support to expand the PoP’s awareness of their own emotional state and well being, and that of others;

(d)Support to improve impulse control and/or make better social judgements;

(e)Identification of appropriate strategies and coping mechanisms;

(f) Ensuring the individual is better equipped to comply with probation requirements, adequately address their offending behaviour and engage in programmes (where applicable);

(g)Support with access to community support services for ongoing support;

(h)Provision of advice to the PoPs family, where appropriate, in order to describe the support being given and signposting to agencies that may support the family;

(i) Provision of one-off support for Probation Practitioners when requested, in instances where the PoP has declined to engage;

(j) An evaluation of participant feedback and outcomes achieved, at the end of the 12 months, with preliminary findings shared after 6 months.

To Note: This Service is to be delivered in South Wales: Swansea, Neath and Port Talbot.

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 is 12 months with no options to extend.

The total contract value is £80'000.

The service is to be delivered primarily in South Wales: Swansea, Neath and Port Talbot.


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_5865

Title

Autism Support Services in Wales

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2022

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Third Sector Consortia Management LLP (3SC)

Marco Polo House, 3-5 Lansdowne Road

Croydon

CR0 3BX

Email

Joanne.cholerton@3sc.org

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £80,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

The Supplier is entitled to sub-contract its obligations under this Call-Off Contract with the prior consent of the Customer.


Section six. Complementary information

six.3) Additional information

This service shall be provided in South Wales: Swansea, Neath and Port Talbot.

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

A copy of all complaints should be sent to the Commercial and Contract Management Directorate (CCMD) Compliance team commercialcompliance@justice.gov.uk and ProbationDynamicFramework@justice.gov.uk.

We acknowledge all complaints in writing within five working days and aim to respond within ten working days. If a full response cannot be issued within this timescale we will let you know how long it will take.

We monitor and report on the complaints we have received and our goal is to learn from them and improve our processes.

If you have a comment or complaint about any aspect of a current/recent procurement round please provide in writing full details of the procurement round you are referring to including if possible:

- Information to accompany a complaint

- Any reference details

- Goods / service being tendered/contracted for

- Contact details of the relevant commercial contract manager or team

If you are not satisfied with your reply, you may contact the person who responded to your initial complaint, or another contact point named in our response to you. Your complaint will be acknowledged in writing within five working days of receipt.

If you are still dissatisfied, depending on its nature, we may refer your complaint to the Legal Services Directorate if appropriate. Your complaint will be acknowledged in writing within five working days of receipt.