Contract

Probation Services Dynamic Framework (PSDF) - Ex-ASP London

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-019291

Procurement identifier (OCID): ocds-h6vhtk-035203

Published 14 July 2022, 2:37pm



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://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

Probation Services Dynamic Framework (PSDF) - Ex-ASP London

Reference number

prj_8116

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 strength based, inclusive engagement’ service for People on Probation who identify as Ex-Armed Services Personnel (ex-ASP), in order to improve the relationships with London probation, at an individual and organisational level. The service shall incorporate a whole system approach throughout the sentencing of the individual, commencing from the pre-sentence report stage, to support People on Probation in living a safe and offence-free life in an environment which recognises their needs.

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: £270,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

The Provider is expected to deliver interventions to people on probation to meet the specific needs for ex-ASP and achieve key outcomes to include to include, but not limited to one or more or the following the service shall include but not limited to the following: 1) To improve outcomes for People on Probation who identify as ex-ASP by utilising all relevant pathways to reduce re-offending. This may include signposting to the CRS services and her ex-ASP-specialist services, where appropriate, to meet the needs of the PoP, 2)engage and provide a wrap around support/mentoring service around Pre-sentence engagement and courts,Community orders and licences, 3)deliver support and awareness raising to all operational staff to improve the confidence of Probation Practitioners when engaging with People on Probation who identify as ex-ASP.

two.2.5) Award criteria

Quality criterion - Name: Understanding of Ex-ASP Individuals / Weighting: 25%

Quality criterion - Name: Service Delivery: Delivery Model / Weighting: 35%

Quality criterion - Name: Service Delivery: Collaboration / Weighting: 25%

Quality criterion - Name: Implementation / Weighting: 10%

Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

The Authority set a Fixed Price and the procurement assessed quality questions only, using the HCQ methodology. - 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

two.2.14) Additional information

Full procurement documents are published on the Authority's esourcing portal (including spec/criteria). The contract is for a period of 24 months with the option to extend for a further 12 months.


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: No

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 6144

Lot No

1

Title

Ex-Armed Services Personnel Engagement Service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 July 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 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

NACRO

WalkdenHouse,16-17Devonshire Square,

London

EC2M 4SQ

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: £180,000


Section six. Complementary information

six.3) Additional information

This service shall be provided in the London Region

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