Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Probation Services Dynamic Framework (PSDF) — Additional Day 1 Services

  • First published: 25 May 2021
  • Last modified: 25 May 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Ministry of Justice (UK)
Authority ID:
AA80583
Publication date:
25 May 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 Authority has utilised the PSDF to procure the following range of services to meet The Authority’s requirements that must be live on Day 1 of delivery which is the 26 June 2021:

• accommodation;

• education training and employment;

• personal wellbeing (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion);

• personal wellbeing young adults (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; young adults cohort);

• women's services (accommodation; education training and employment; finance benefit and debt; emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; women's cohort).

The initial approach was to procure for the following services at the following regional levels, depending on the requirements:

• accommodation procured at the National Probation Service regional level;

• education training and employment procured at the National Probation Service regional level;

• personal wellbeing (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion) procured at Police and Crime Commissioner regional level;.

• personal wellbeing young adults (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; young adults cohort) procured at Police and Crime Commissioner regional level;

• women's services (accommodation; education training and employment; finance benefit and debt; emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; women's cohort) procured at Police and Crime Commissioner regional level;

Only bidders that were qualified onto the PSDF within the appropriate financial thresholds, relevant regions and the appropriate service categories were invited to the Call-Off Competitions. All guidance on this is available within the PSDF Contract Notice and subsequent documentation.

This Contract Award Notice details the award of 4 of these competitions, the prior award notice (2020/S 114-277986) published in April 2021, detailed the previously completed 89 competions. It is likely that there will be additional services procured for Day 1, these outcomes will be published in due course.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Ministry of Justice (UK)

102 Petty France

London

SW1H 9AJ

UK

Contact person: Commercial Contract Management Directorate - Probation Dynamic Framework

Telephone: +44 2033343555

E-mail: ProbationDynamicFramework@gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/ministry-of-justice

Address of the buyer profile: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Probation Services Dynamic Framework (PSDF) — Additional Day 1 Services

Reference number: 2020/S 114-277986

II.1.2) Main CPV code

75231240

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Contract Award Notice details the award of call off competitions conducted by the Authority via the Ministry of Justice's Probation Service Dynamic Framework (PSDF). These services provide interventions to support those subject to court orders and custodial sentences from pre-release through post-release licence and post sentence supervision to reduce re-offending.

The Authority has utilised the PSDF to procure a range of services to meet the Authority’s requirements that must be live on Day 1 of delivery which is the 26 June 2021. This notice details the award of 4 of these competitions, previous outcomes were detailed in the prior notice publication (2020/S 114-277986)

The framework and subsequent call-off competitions have been procured via the light touch regime.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 15 218 395.06  GBP

II.2) Description

II.2.2) Additional CPV code(s)

33693300

75110000

75130000

75200000

75230000

75231200

75231230

75310000

79611000

80000000

80400000

80500000

80521000

80530000

85000000

85300000

85312300

85312400

85312500

85312510

85321000

85322000

98341100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

102 Petty France, London, SW1H 9AJ

II.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 Authority has utilised the PSDF to procure the following range of services to meet The Authority’s requirements that must be live on Day 1 of delivery which is the 26 June 2021:

• accommodation;

• education training and employment;

• personal wellbeing (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion);

• personal wellbeing young adults (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; young adults cohort);

• women's services (accommodation; education training and employment; finance benefit and debt; emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; women's cohort).

The initial approach was to procure for the following services at the following regional levels, depending on the requirements:

• accommodation procured at the National Probation Service regional level;

• education training and employment procured at the National Probation Service regional level;

• personal wellbeing (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion) procured at Police and Crime Commissioner regional level;.

• personal wellbeing young adults (emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; young adults cohort) procured at Police and Crime Commissioner regional level;

• women's services (accommodation; education training and employment; finance benefit and debt; emotional wellbeing; lifestyle and associates; family and significant others; social inclusion; women's cohort) procured at Police and Crime Commissioner regional level;

Only bidders that were qualified onto the PSDF within the appropriate financial thresholds, relevant regions and the appropriate service categories were invited to the Call-Off Competitions. All guidance on this is available within the PSDF Contract Notice and subsequent documentation.

This Contract Award Notice details the award of 4 of these competitions, the prior award notice (2020/S 114-277986) published in April 2021, detailed the previously completed 89 competions. It is likely that there will be additional services procured for Day 1, these outcomes will be published in due course.

II.2.5) Award criteria

Quality criterion: Specification Compliance / Weighting: 3 %

Quality criterion: Quality of Staff / Weighting: 5 %

Quality criterion: Risk Management and Information Sharing / Weighting: 6 %

Quality criterion: Equalities / Weighting: 10 %

Quality criterion: Continuous Improvement / Weighting: 3 %

Quality criterion: Implementation / Weighting: 10 %

Quality criterion: Digital and Technology / Weighting: 6 %

Quality criterion: Information Assurance & Cyber Security / Weighting: 4 %

Quality criterion: Workforce / Weighting: 5 %

Quality criterion: Pensions / Weighting: Pass/Fail

Quality criterion: Estates / Weighting: 5 %

Price / Weighting:  Price per Quality Point (PQP)

II.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,

— the Authority reserved the right to exclude tenders that did not meet specified individual question thresholds (thresholds varied depending on the competition),

— certain specific Call-Off Contracts have been awarded based on Highest Quality Conforming (HQC) tender,

— weightings varied from the above in some call off competitions,

— the sub-requirements within each question varied, these were described in the Invitation to Tender, with response templates provided by the Authority.

The specific evaluation and award criteria for each competition were detailed in full in the procurement documents for each individual call off competition. The procurement documents are published on the Authority's esorcing portal.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Contract values are based on volumes which the customer may amend during the contract term. Figures stated in the contract notice reflect the Authority’s volume estimates at the time of publication.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 114-277986

Section V: Award of contract

Contract No: ITT_5059

Title: Accommodation Services for London

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

St Mungo Community Housing Association

London

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 6 995 291.92  GBP

V.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 V: Award of contract

Contract No: ITT_5058

Title: Accommodation Services for South Central

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2021

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Ingeus UK Ltd

Greater London

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 362 477.00  GBP

V.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 V: Award of contract

Contract No: ITT_5060

Title: Accommodation Services for Yorkshire and The Humber

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2021

V.2.2) Information about tenders

Number of tenders received: 3

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

V.2.3) Name and address of the contractor

Shelter

London

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 5 460 692.00  GBP

V.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 V: Award of contract

Contract No: ITT_5062

Title: Education, Training and Employment for South Central

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/04/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

Ingeus UK Ltd

Greater London

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 478 188.00  GBP

V.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 VI: Complementary information

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Court

London

UK

VI.5) Date of dispatch of this notice

20/05/2021

Coding

Commodity categories

ID Title Parent category
98341100 Accommodation management services Accommodation services
33693300 Addiction treatment Other therapeutic products
85321000 Administrative social services Social services
80400000 Adult and other education services Education and training services
75310000 Benefit services Compulsory social security services
85322000 Community action programme Social services
80000000 Education and training services Education
75110000 General public services Administration services
85312300 Guidance and counselling services Social work services without accommodation
85000000 Health and social work services Other Services
79611000 Job search services Placement services of personnel
75230000 Justice services Provision of services to the community
75231230 Prison services Judicial services
75231240 Probation services Judicial services
75200000 Provision of services to the community Administration, defence and social security services
85312500 Rehabilitation services Social work services without accommodation
75231200 Services related to the detention or rehabilitation of criminals Judicial services
85300000 Social work and related services Health and social work services
75130000 Supporting services for the government Administration services
80521000 Training programme services Training facilities
80500000 Training services Education and training services
85312510 Vocational rehabilitation services Social work services without accommodation
80530000 Vocational training services Training services
85312400 Welfare services not delivered through residential institutions Social work services without accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ProbationDynamicFramework@gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.