Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
sophia.jenkins1@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/probation-service
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ITT_5821 - The Provision of Temporary Probation workers (Probation Service)
Reference number
ITT_5821
two.1.2) Main CPV code
- 79620000 - Supply services of personnel including temporary staff
two.1.3) Type of contract
Services
two.1.4) Short description
The Probation Service, part of Her Majesty’s Prison and Probation Service (HMPPS) is responsible for managing all those on a community order or licence following their release from prison in England and Wales.
The Probation Service has a requirement for temporary workers to cover periods of absence, both long-term and short-term, and to provide cover where a vacancy currently exists. These workers need to be qualified probation officers (PO), and where appropriate senior probation officers (SPO), probation service officers (PSO) or unpaid work supervisors (UPW) not currently employed by the Probation Service. Additionally, there is a specific requirement for temporary workers to be provided for pre-sentence report writing. This is a requirement that aims to supplement the capacity of the Probation Service.
ITT_5821
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: North East, Yorkshire and the Humber, Greater Manchester and North West
Lot No
1
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Probation Service has a requirement for agency workers to be provided to cover periods of absence and to provide cover where a vacancy exists. Additionally, there is a specific requirement for agency workers to be provided for pre-sentence report writing.
The successful supplier(s) must be able to:
- supply agency workers to any Probation Service site across the entire regional Lot that they have been awarded (including Approved Premises).
- supply mainly, but not limited to, the following types of workers; qualified probation officers (PO), senior probation officers (SPO), probation service officers (PSO) or unpaid work supervisors (UPW).
- receive a request, source and provide agency workers to the relevant specification at pace.
- ensure that all Agency Workers that undertake an Assignment have been subject to vetting in line with Probation Service guidelines.
- put a process in place to ensure that workers can accurately record their hours/expenses on a timesheet which must be authorised by the hiring manager.
- provide a Quality Assurance process for their workers and employment agency.
The Probation Service are seeking a maximum of 2 suppliers per regional lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
This contract is subject to renewal
Yes
Description of renewals
2 + 1 + 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Lot 2: East Midlands, West Midlands, South West, South Central and Wales
Lot No
2
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Probation Service has a requirement for agency workers to be provided to cover periods of absence and to provide cover where a vacancy exists. Additionally, there is a specific requirement for agency workers to be provided for pre-sentence report writing.
The successful supplier(s) must be able to:
- supply agency workers to any Probation Service site across the entire regional Lot that they have been awarded (including Approved Premises).
- supply mainly, but not limited to, the following types of workers; qualified probation officers (PO), senior probation officers (SPO), probation service officers (PSO) or unpaid work supervisors (UPW).
- receive a request, source and provide agency workers to the relevant specification at pace.
- ensure that all Agency Workers that undertake an Assignment have been subject to vetting in line with Probation Service guidelines.
- put a process in place to ensure that workers can accurately record their hours/expenses on a timesheet which must be authorised by the hiring manager.
- provide a Quality Assurance process for their workers and employment agency.
The Probation Service are seeking a maximum of 2 suppliers per regional lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
This contract is subject to renewal
Yes
Description of renewals
2 + 1 + 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Lot 3: East of England, Kent, Surrey, Sussex and London
Lot No
3
two.2.2) Additional CPV code(s)
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Probation Service has a requirement for agency workers to be provided to cover periods of absence and to provide cover where a vacancy exists. Additionally, there is a specific requirement for agency workers to be provided for pre-sentence report writing.
The successful supplier(s) must be able to:
- supply agency workers to any Probation Service site across the entire regional Lot that they have been awarded (including Approved Premises).
- supply mainly, but not limited to, the following types of workers; qualified probation officers (PO), senior probation officers (SPO), probation service officers (PSO) or unpaid work supervisors (UPW).
- receive a request, source and provide agency workers to the relevant specification at pace.
- ensure that all Agency Workers that undertake an Assignment have been subject to vetting in line with Probation Service guidelines.
- put a process in place to ensure that workers can accurately record their hours/expenses on a timesheet which must be authorised by the hiring manager.
- provide a Quality Assurance process for their workers and employment agency.
The Probation Service are seeking a maximum of 2 suppliers per regional lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
This contract is subject to renewal
Yes
Description of renewals
2 + 1 + 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 2021/S 000-024385
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
London
Country
United Kingdom