Contract

Probation Services Dynamic Framework (PSDF) - Neurodiversity Services - YATH, NW and SW

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-034680

Procurement identifier (OCID): ocds-h6vhtk-038b8d

Published 7 December 2022, 4:08pm



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://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

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) - Neurodiversity Services - YATH, NW and SW

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 deliver a specialist service to individuals within the region.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,975,000

two.2) Description

two.2.1) Title

Lot No

2,3,5

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

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 expected to deliver services to people on probation that meet the specific needs of those with neurodiverse conditions.

two.2.5) Award criteria

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

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

Quality criterion - Name: Understanding of Neurodiverse Individuals / Weighting: 25%

Quality criterion - Name: Delivery Model / Weighting: 35%

Quality criterion - Name: Service Delivery: Collaboration / Weighting: 25%

Quality criterion - Name: Implementation  / Weighting: 10%

Price - Weighting: Highest Quality Conforming

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 percent.

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 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_6324

Lot No

2,3,5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 October 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

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

five.2.3) Name and address of the contractor

National Autistic Society

London

EC1V 1NG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,975,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

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

London

Country

United Kingdom