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
UK - United Kingdom
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Participatory Research Training
Reference number
prj_8024
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 training to provide an awareness level appreciated of participatory, co-produced research methods that will be utilised within a probation service context.
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: £21,952.80
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The NPS National Service User Involvement Plan (January 2021) indicates how important it is to create a system which fully integrates service user perspectives. This includes to develop and reach joint solutions with the people the NPS supports and works with. Involving people who use NPS services in how they design and deliver them, is key to the aim of working together to protect the public and help people lead law-abiding and positive lives. It is important to build a culture of including and listening to diverse sources of input and insight, to understand ‘what works’, and apply learning across the Service, enabling people to be their best and creating an open learning culture, listening to the voices, stories and lived experiences of service users. Working with people on probation in relation to what works in probation practice involves engaging in co-produced, participatory research that produces insightful findings that have a practical application.
The Strategy and Improvement team within the Probation Workforce Programme is establishing a Research Network, comprised equally of HMPPS staff members and service users or individuals with lived experience of the criminal justice system (CJS). Following selection of research network members - who will be selected by the Authority, learning opportunities initially in the form of training will be required to establish all participants at a level of skills and understanding sufficient to undertake small scale, robust, participatory, co-produced research projects. Initial, bespoke, online training (with supplementary learning materials) is thus required in relation to individuals engaging fully in participatory, co-produced research design and delivery.
The Provider will deliver training to provide an awareness level appreciated of participatory, co-produced research methods that will be utilised within a probation service context. The key outcomes to be achieved shall include, but not be limited to the following:
By the end of the learning event(s) participants will have sufficient foundational knowledge to undertake primary research activities relating to participatory, co-produced research methods.
By the end of the learning event(s) participants will have sufficient foundational skills awareness to undertake primary research activities relating to participatory, co-produced research methods.
(a) the ability to understand and integrate resources gleaned through various means - online, at the library, in archives, via interviews etc.
(b) the ability to collect and organise important historical data
(c) the ability to acknowledge research sources properly
(d) the ability to formulate, document, analyse, and report on research
(e) the ability to manage a research project
two.2.5) Award criteria
Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Quality criterion - Name: Staff & Personnel / Weighting: 10%
Quality criterion - Name: Training / Learning Methods / Weighting: 25%
Quality criterion - Name: Participatory Research Methods / Weighting: 25%
Quality criterion - Name: Training Delivery Plan / Weighting: 40%
Price - Weighting: Price Per Quality Point
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
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
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_8024
Title
Participatory Research Training
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 March 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
Revolving Doors Agency
South Bank Technopark, 90 London Road
london
SE1 6LN
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £21,952.80
Section six. Complementary information
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
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.