Awarded contract

Probation Services Dynamic Framework (PSDF) - Additional Day 1 Services

  • Ministry of Justice.

F03: Contract award notice

Notice reference: 2021/S 000-012102

Published 28 May 2021, 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

UK - United Kingdom

Internet address(es)

Main 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) - Additional Day 1 Services

Reference number

2020/S 114-277986

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 call off competitions conducted by the Authority via the Ministry of Justice's Probation Service Dynamic Framework (PSDF). These services provide interventions to support those subject to court orders and custodial sentences from pre-release through post-release licence and post sentence supervision to reduce re-offending.

The Authority has utilised the PSDF to procure a range of services to meet The Authority’s requirements that must be live on Day 1 of delivery which is the 26th June 2021. This notice details the award of 4 of these competitions, previous outcomes were detailed in the prior notice publication (2020/S 114-277986)

The framework and subsequent call-off competitions have been procured via the light touch regime.

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: £15,218,395.06

two.2) Description

two.2.2) Additional CPV code(s)

  • 33693300 - Addiction treatment
  • 75110000 - General public services
  • 75130000 - Supporting services for the government
  • 75200000 - Provision of services to the community
  • 75230000 - Justice services
  • 75231200 - Services related to the detention or rehabilitation of criminals
  • 75231230 - Prison services
  • 75310000 - Benefit services
  • 79611000 - Job search services
  • 80000000 - Education and training services
  • 80400000 - Adult and other education services
  • 80500000 - Training services
  • 80521000 - Training programme services
  • 80530000 - Vocational training services
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85312300 - Guidance and counselling services
  • 85312400 - Welfare services not delivered through residential institutions
  • 85312500 - Rehabilitation services
  • 85312510 - Vocational rehabilitation services
  • 85321000 - Administrative social services
  • 85322000 - Community action programme
  • 98341100 - Accommodation management services

two.2.3) Place of performance

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

102 Petty France, London,

SW1H 9AJ

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 Authority has utilised the PSDF to procure the following range of services to meet The Authority’s requirements that must be live on Day 1 of delivery which is the 26th June 2021:

• Accommodation;

• Education Training and Employment;

• Personal Wellbeing (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion);

• Personal Wellbeing Young Adults (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Young Adults Cohort)

• Women's Services (Accommodation; Education Training and Employment; Finance Benefit and Debt; Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Women's Cohort)

The initial approach was to procure for the following services at the following regional levels, depending on the requirements;

• Accommodation procured at the National Probation Service regional level;

• Education Training and Employment procured at the National Probation Service regional level;

• Personal Wellbeing (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion) procured at Police and Crime Commissioner regional level;.

• Personal Wellbeing Young Adults (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Young Adults Cohort) procured at Police and Crime Commissioner regional level;

• Women's Services (Accommodation; Education Training and Employment; Finance Benefit and Debt; Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Women's Cohort) procured at Police and Crime Commissioner regional level;

Only bidders that were qualified onto the PSDF within the appropriate financial thresholds, relevant regions and the appropriate service categories were invited to the Call-Off Competitions. All guidance on this is available within the PSDF Contract Notice and subsequent documentation.

This Contract Award Notice details the award of 4 of these competitions, the prior award notice (2020/S

114-277986) published in April 2021, detailed the previously completed 89 competitions. It is likely that there will be additional services procured for Day 1, these outcomes will be published in due course through the appropriate channels.

two.2.5) Award criteria

Quality criterion - Name: Specification Compliance / Weighting: Weighting: 3%

Quality criterion - Name: Quality of Relationships and Engagement Network in the local landscape / Weighting: Weighting: 15%

Quality criterion - Name: Quality of Staff / Weighting: Weighting: 5%

Quality criterion - Name: Risk Management and Information Sharing / Weighting: Weighting: 6%

Quality criterion - Name: Equalities / Weighting: Weighting: 10%

Quality criterion - Name: Continuous Improvement / Weighting: Weighting: 3%

Quality criterion - Name: Implementation / Weighting: Weighting: 10%

Quality criterion - Name: Digital and Technology / Weighting: Weighting: 6%

Quality criterion - Name: Service Enablers: 1) Digital & Technology; 2) Information Assurance and Cyber Security; 3) Workforce; / Weighting: 1) 6% 2) 4% 3) 5%

Quality criterion - Name: Service Enablers: 4) Pensions 5) Estates / Weighting: 4) Pass/Fail 5) 5%

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 per cent;

- The Authority reserved the right to exclude tenders that did not meet specified individual question thresholds (thresholds varied depending on the competition);

- Certain specific Call-Off Contracts have been awarded based on Highest Quality Conforming (HQC) tender;

- Weightings varied from the above in some call off competitions;

- The sub-requirements within each question varied, these were described in the Invitation to Tender, with response templates provided by the Authority.

The specific Evaluation and Award Criteria for each competition were detailed in full in the procurement documents for each individual call off competition. The procurement documents are published on the Authority's esorcing portal.

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

Contract values are based on volumes which the customer may amend during the contract term. Figures stated in the contract notice reflect the Authority’s volume estimates at the time of publication.


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_5058

Title

Accommodation Services for South Central

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

Ingeus UK Limited

Greater London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,443,171

Total value of the contract/lot: £2,362,477


Section five. Award of contract

Contract No

ITT_5062

Title

Education, Training and Employment for South Central

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Ingeus UK Limited

Greater London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,478,188

Total value of the contract/lot: £2,478,188


Section five. Award of contract

Contract No

ITT_5059

Title

Accommodation Services for London

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

St Mungo Community Housing Association

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £6,792,652

Total value of the contract/lot: £6,995,291.92


Section five. Award of contract

Contract No

ITT_5060

Title

Accommodation Services for Yorkshire and The Humber

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Shelter

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £5,671,081

Total value of the contract/lot: £5,460,692


Section six. Complementary information

six.3) Additional information

The majority of the services within scope of the DF are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and pursuant to Section 7 (Regulations 74-77 of the PCR) are subject to the ‘Light Touch Regime’ or 'LTR' under which the Authority is not obliged to comply with the full requirements of the PCR. The PSDF is described as a framework agreement, but has features of a dynamic purchasing system; it is not subject to either Regulation 33 or 34 of the PCR, and Regulation 28 does not apply to this procurement. This is irrespective of the use of this standard form notice (the Authority is unable to use the LTR notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement.

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom