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
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