Contract

DF Dependency and Recovery for South Yorkshire - Yorkshire and the Humber

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-025719

Procurement identifier (OCID): ocds-h6vhtk-036834

Published 13 September 2022, 5:46pm



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

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement

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

DF Dependency and Recovery for South Yorkshire - Yorkshire and the Humber

two.1.2) Main CPV code

  • 75231240 - Probation services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority has procured a Dependency and Recovery services for People on Probation due a significant proportion of

People on Probation having a dependency on legal and illegal substances and activities. The impact of this is wide-ranging both for the individual, their families and for society. Substance use disorders often cooccur alongside other mental illnesses. More than half of people with substance use disorders also have a mental illness. Frequently, each disorder amplifies the symptoms of the other. People on probation require a broad range of substance misuse and addiction related support for a range of complex needs. These services will not duplicate existing clinical commissioned services but should enhance an individual's ability to access the clinical services and support them in this need area. The service is for adult and young adult males.

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: £2,482,879.9

two.2) Description

two.2.3) Place of performance

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

Barnsley and Rotherham

Sheffield

Doncaster

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 Supplier shall deliver a Dependency and Recovery Service by working in partnership with other organisations to enhance user access and support. The Dependency and Recovery Services should not duplicate provision where Clinical Commissioned Services are already in place in the applicable Geographical Location (which shall include the provision of Community Sentence Treatment Requirements). Dependency and Recovery Services can be delivered as part of a Rehabilitation Activity Requirement ("RAR") on a Community or Suspended Sentence Order, to those on Licence or Post Sentence Supervision and convicted. Where applicable, Dependency and Recovery Services must support a Person on Probation’s transition in conjunction with prison substance misuse services from Young Offenders Institute ("YOI") or an adult male prison back into the community and focus on the place where they will reside (not the prison they are released from).

two.2.5) Award criteria

Quality criterion - Name: Specification Compliance  / Weighting: Pass/Fail

Quality criterion - Name: Understanding the Local Landscape  / Weighting: Weighting 20%

Quality criterion - Name: Delivering Services to People on Probation / Weighting: Weighting 35%

Quality criterion - Name: Quality of Staff  / Weighting: Weighting 20%

Quality criterion - Name: Risk Management and Information Sharing  / Weighting: Weighting 5%

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

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

Cost criterion - Name: n/a / Weighting: n/a

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.

- The Authority reserved the right to exclude tenders that did not achieve an individual quality criteria threshold.

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

The specific evaluation and award criteria for each competition were detailed in full in the procurement documents for the call off competition. The procurement documents are published on the Authority's esourcing portal.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

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

Title

DF Dependency and Recovery for South Yorkshire - Yorkshire and the Humber

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2022

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

Change Grow Live Services Ltd

Brighton

BN1 1 YR 

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)

Total value of the contract/lot: £2,482,879.9

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

In accordance with the Framework Agreement, the Supplier is entitled to sub-contract its obligations under this Call-Off Contract to Key Sub-contractors declared in the Invitation to Tender and Call Off Contract. The Parties agree that they will periodically update records of any Key Sub-contractors appointed by the Supplier with the consent of the Customer after the Call-Off Commencement Date.


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Please see: https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement