Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
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