Contract

Unpaid Work in North Wales

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-028245

Procurement identifier (OCID): ocds-h6vhtk-0373e2

Published 7 October 2022, 1:31pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

ProbationDynamicFramework@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

Unpaid Work in North Wales

two.1.2) Main CPV code

  • 75231240 - Probation services

two.1.3) Type of contract

Services

two.1.4) Short description

The overall ambition is to provide a Service that benefits the wider community through the delivery of high-quality work placements within the local area and further volunteering/employment opportunities upon placement completion. Therefore, the ambition for Unpaid Work is to have a sufficient number of quality placements that improve the availability of educational and training opportunities. There is national evidence available which indicates that where People on Probation recognise the benefit of the work they are doing, then they are more likely to gain rehabilitative insights from the sentence. Thereby supporting longer positive outcomes that aid desistance.

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: £129,000

two.2) Description

two.2.3) Place of performance

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

- Conwy

- Denbighshire

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'.

UPW has been one of the requirements for Community Punishment Orders (previously Community Service Order) since 1973. Person(s) on Probation can receive sentences of between 40 and 300 UPW hours, depending on the seriousness of the offence, to be completed within 12 months of the sentence.

North Wales have a relatively high proportion of People on Probation with UPW requirements, as well as a backlog of incomplete hours due to Covid and lack of placement availability.

The overall ambition is to provide a Service that benefits the wider community through the delivery of high-quality work placements within the local area and further volunteering/employment opportunities upon placement completion. Therefore, the ambition for Unpaid Work is to have a sufficient number of quality placements that improve the availability of educational and training opportunities. There is national evidence available which indicates that where People on Probation recognise the benefit of the work they are doing, then they are more likely to gain rehabilitative insights from the sentence. Thereby supporting longer positive outcomes that aid desistance.

two.2.5) Award criteria

Quality criterion - Name: Delivery Model / Weighting: Weighting 40%

Quality criterion - Name: Understanding the Local Landscape / Weighting: Weighting 25%

Quality criterion - Name: How Workforce Delivers the Service / Weighting: Weighting 25%

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

Unpaid Work in North Wales

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 September 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

Crest Co-operative

Brierley House, Ferry Farm Road

Llandudno Junction

LL319SF

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: £129,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

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