Contract

Probation Services Dynamic Framework (PSDF) - Engaging People on Probation (EPOP)

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2021/S 000-031861

Procurement identifier (OCID): ocds-h6vhtk-0303ec

Published 20 December 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://www.gov.uk/government/organisations/ministry-of-justice

Buyer's 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) - Engaging People on Probation (EPOP)

Reference number

prj_6862

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 build the capability, opportunity and motivation of probation service personnel to engage more widely with People on Probation, to enable people on probation to influence and be more involved in service design, development, delivery and review.

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: £2,137,500.54

two.2) Description

two.2.2) Additional CPV code(s)

  • 75130000 - Supporting services for the government
  • 75230000 - Justice services
  • 75231240 - Probation services
  • 80500000 - Training services
  • 80521000 - Training programme services

two.2.3) Place of performance

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

National contract across all regions of the Probatin Service in England and Wales

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 Provider is not responsible for delivering direct engagement sessions with people on probation, as probation Service Personnel would take over primary responsibility for this in the new contract., the Provider will be expected to drive the introduction of a national and regional infrastructure for consistently engaging with people on probation. This will include but is not limited to:

- Developing Regional EPOP Action Plans for every region, based on a thorough review of existing EPOP Plans.

- Developing an EPOP Action Plan for Approved Premises, based on a thorough review of existing EPOP Plans

- Providing skills development and on-the-job and experiential learning to probation personnel.

- Creating a National Forum for People on Probation.

- Driving a cultural change amongst all staff, including Senior Leadership which develops individual and organisational capability, opportunity and motivation to engage with people on probation and enables their involvement in service design, development, delivery and review.

two.2.5) Award criteria

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

Quality criterion - Name: Service Continuity / Weighting: 5%

Quality criterion - Name: Service Delivery and Driving a Cultural Change (National Objectives) / Weighting: 30%

Quality criterion - Name: Service Delivery and Driving a Cultural Change (Regional Objectives) / Weighting: 40%

Quality criterion - Name: Workforce / Weighting: 15%

Quality criterion - Name: Implementation / Weighting: 10%

Price - Weighting: Price per Quality Point (PQP)

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;

- if a Bidder scored 20 per cent or less in any given question, the Authority reserved the right to remove that Bidder from the competition;

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.1.8) 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_5415

Title

Engaging People on Probation (EPOP)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 December 2021

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

St Giles Wise Limited

Glasgow

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: £2,250,000

Total value of the contract/lot: £2,137,500.54

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.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

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