An official website of the European Union

002211-2021 - Contract modification

Notice View

Summary

2021-OJS1-2211-en
I.1.
Name and addresses
Official name: Ministry of Justice
Postal address: 102 Petty France
Town: London
NUTS code: UK United Kingdom
Country: United Kingdom
Contact person: Paul Carter
Telephone: +44 2033343555
Internet address(es):
II.1.1.
Title
Transforming Rehabilitation
II.1.2.
Main CPV code
75231240 Probation services
II.1.3.
Type of contract
Services
II.2.1.
Title
Transforming Rehabilitation: Contracts for the Services of Rehabilitative Services and Offender Management
Lot No: 3
II.2.2.
Additional CPV code(s)
75100000 Administration services, 75230000 Justice services, 75240000 Public security, law and order services, 80400000 Adult and other education services, 80500000 Training services, 85100000 Health services, 85300000 Social work and related services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.7.
Duration of the contract, framework agreement, dynamic purchasing system or concession
Start: 18/12/2014 End: 25/06/2021
Contract No: 2015/S 027-045770
Lot No: 3
Title:
Durham and Cleveland
VII.1.1.
Main CPV code
75231240 Probation services
VII.1.3.
Place of performance
NUTS code: UK United Kingdom
VII.1.4.
Description of the procurement
The scope of services was a rehabilitation programme which involved the split of the then current probation and offender resettlement services into a single national public probation service (National Probation Service (NPS)) and the setting up of a series of independently owned and operated Community Rehabilitation Companies (CRCs) to deliver rehabilitation (probation and resettlement) services in 21 Contract Package Areas (CPAs) across England and Wales.
VII.1.5.
Duration of the contract, framework agreement, dynamic purchasing system or concession
Start: 18/12/2014 End: 25/06/2021
VII.1.6.
Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 184 000 000,00 GBP
VII.1.7.
Name and address of the contractor/concessionaire
Official name: The Durham Tees Valley Community Rehabilitation Company Ltd
National registration number: 08802521
Postal address: Wetherby House Wetherby Close, Portrack Interchange Business
Town: Stockton-on-Tees, Cleveland
NUTS code: UK United Kingdom
Postal code: TS18 2SL
Country: United Kingdom
The contractor/concessionaire is an SME: no
VII.2.2.
Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The modification is brought about due to the unforeseen circumstance surrounding the Covid-19 pandemic and its impact on the economy, to allow for the temporary, proportionate, and appropriate relief to the CRC in line with government guidance.
VII.2.3.
Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 72 481 000,00 GBP
Total contract value after the modifications
Value excluding VAT: 72 481 000,00 GBP

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2021-OJS1-2211-en
2211-2021 - Contract modificationUnited Kingdom-London: Probation services
OJ S 1/2021 04/01/2021
Modification notice
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1.
Name and addresses
Official name: Ministry of Justice
Postal address: 102 Petty France
Town: London
NUTS code: UK United Kingdom
Country: United Kingdom
Contact person: Paul Carter
Telephone: +44 2033343555
Internet address(es):

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Transforming Rehabilitation
II.1.2.
Main CPV code
75231240 Probation services
II.1.3.
Type of contract
Services
II.2.
Description
II.2.1.
Title
Transforming Rehabilitation: Contracts for the Services of Rehabilitative Services and Offender Management
Lot No: 3
II.2.2.
Additional CPV code(s)
75100000 Administration services, 75230000 Justice services, 75240000 Public security, law and order services, 80400000 Adult and other education services, 80500000 Training services, 85100000 Health services, 85300000 Social work and related services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
Main site or place of performance: England and Wales.
II.2.4.
Description of the procurement at the time of conclusion of the contract
Following publication of Contract Notice ref 2013/S 183-315991, successful bidders acquired the Community Rehabilitation Companies (CRCs) and contracts were awarded on 5 December 2014 for the delivery of probation services, with contracts entered on 18 December 2014. The scope of services was a Rehabilitation Programme which involved the split of the then current probation and offender resettlement services into a single national public probation service (National Probation Service (NPS)) and the setting up of a series of independently owned and operated Community Rehabilitation Companies (CRCs) to deliver rehabilitation (probation and resettlement) services in 21 Contract Package Areas (CPAs) across England and Wales. The contracts were for a 7-year initial term with an option to extend for a further 3 years. The contracts are due to expire on 25 June 2021, following service of termination notices in December 2018 and subsequent extensions being agreed in December 2019. The GBP (£) figures quoted within the original contract award notice were the maximum anticipated, total, real value of the contracts if the contracts had been extended to the fullest amount allowed under the contract and payment by results had been paid at the maximum level in all periods including all extensions.
II.2.7.
Duration of the contract, framework agreement, dynamic purchasing system or concession
Start: 18/12/2014 End: 25/06/2021
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section V: Award of contract/concession

Contract No: 2015/S 027-045770
Lot No: 3
Title:
Durham and Cleveland
V.2.
Award of contract/concession
V.2.1.
Date of conclusion of the contract/concession award decision
18/12/2014
V.2.2.
Information about tenders
The contract/concession has been awarded to a group of economic operators: no
V.2.3.
Name and address of the contractor/concessionaire
Official name: The Durham Tees Valley Community Rehabilitation Company Ltd
National registration number: 08802521
Postal address: Wetherby House Wetherby Close, Portrack Interchange Business Park
Town: Stockton-on-Tees, Cleveland
NUTS code: UK United Kingdom
Postal code: TS18 2SL
Country: United Kingdom
The contractor/concessionaire is an SME: no
V.2.4.
Information on value of the contract/lot/concession
Total value of the procurement: 184 000 000,00 GBP

Section VI: Complementary information

VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: High Court of Justice
Town: London
Country: United Kingdom
VI.5.
Date of dispatch of this notice
30/12/2020

Section VII: Modifications to the contract/concession

VII.1.
Description of the procurement after the modifications
VII.1.1.
Main CPV code
75231240 Probation services
VII.1.2.
Additional CPV code(s)
VII.1.3.
Place of performance
NUTS code: UK United Kingdom
Main site or place of performance: England and Wales.
VII.1.4.
Description of the procurement
The scope of services was a rehabilitation programme which involved the split of the then current probation and offender resettlement services into a single national public probation service (National Probation Service (NPS)) and the setting up of a series of independently owned and operated Community Rehabilitation Companies (CRCs) to deliver rehabilitation (probation and resettlement) services in 21 Contract Package Areas (CPAs) across England and Wales.
VII.1.5.
Duration of the contract, framework agreement, dynamic purchasing system or concession
Start: 18/12/2014 End: 25/06/2021
VII.1.6.
Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 184 000 000,00 GBP
VII.1.7.
Name and address of the contractor/concessionaire
Official name: The Durham Tees Valley Community Rehabilitation Company Ltd
National registration number: 08802521
Postal address: Wetherby House Wetherby Close, Portrack Interchange Business
Town: Stockton-on-Tees, Cleveland
NUTS code: UK United Kingdom
Postal code: TS18 2SL
Country: United Kingdom
The contractor/concessionaire is an SME: no
VII.2.
Information about modifications
VII.2.1.
Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The authority has made previous modifications which have been subject to prior modification notices (where applicable). This notice relates to modifications to the Lot 3. The Durham Tees Valley Community Rehabilitation Company ('CRC') contract (the Agreement). The change is made to support the CRC to move from the Covid Relief Period to 'transition and recovery' in accordance with the previous modification pursuant to the guidance set out in PPN4/20 (Procurement Policy Note 04/20: Recovery and Transition from COVID-19).
The authority has made variations to deal with the following two phases:
— Phase 1 – The Covid Transition Period (from 31 August 2020 (being when the Covid Relief Period expired under the previous modification) until 4 December 2020. The initial previous modification was effective until 31 October 2020 with a right for the authority to change this date. The authority issued a notice to change the date to 4 December 2020 — during this phase the CRC shall have its service delivery obligations amended temporarily to reflect the continuing difficulties of delivering their obligations under pandemic restrictions (and the authority shall waive it remedies and rights under the Agreement in whole or in part, as and where appropriate, in respect of such obligations). The CRC shall deliver the services to the extent provided for (from 1 September 2020) in the Transition EDM and Transition Plan and the CRC shall carry out all obligations on it as set out in the Transition EDM and Transition Plan. The Transition EDM and Transition Plan are integral to the CRC moving away from the EDM and achieving progress back to business as usual deliver of the services in line with the Agreement prior to the impact of the pandemic,
— Phase 2 – The recovery period (being the period from 5 December 2020 to 31 March 2021 (or such other date as may be notified by the Authority to the CRC)) – during this period the CRC's shall operate in accordance with the Transition EDM And Transition Plan with associated contractual relief but with pricing and transparency on a cost plus basis as set out in a previous modification. The invoicing procedures are also updated for this period,
— the CRC shall be required to pay any service credits that accrue during the service credit transition period (being the period from 1 October 2020 to 31 March 2021 (or such other date as may be notified by the authority to the CRC)) for service level 4 and service level 18 only. The remainder of the service credits shall continue to be disapplied during this period but must continue to be monitored and reported against by the CRC,
— there is a process for reviewing and updating the Transition EDM and Covid Transition Plan during the Covid Transition Period and/or the recovery period,
— additional obligations are included on the CRC relating to transparency, open book and audit during the Covid Transition Period and the recovery period and
— the authority has the right to cease the relief granted and recover payments where the CRC does not comply with the amended obligations.
The authority considers the modifications of the contract without prior publication of a contract notice is permitted by the Public Contracts Regulations 2015 and Directive 2014/24/EU. The contract was modified in accordance with Regulations 72(1)(c) and/or (e)/Articles 72(1)(c) and/or (e) and accordingly does not in the authority's view amount to the award of a new contract and/or an unlawful substantial change. The modification does not alter the overall nature of the contract and the increase in price does not exceed 50 % of the value of the original contract. As has been recognised by the European Commission (2020/C 108 I/01 refers), the Covid-19 crisis is an event which could not have been foreseen nor planned for in advance by the authority.
VII.2.2.
Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The modification is brought about due to the unforeseen circumstance surrounding the Covid-19 pandemic and its impact on the economy, to allow for the temporary, proportionate, and appropriate relief to the CRC in line with government guidance.
VII.2.3.
Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 72 481 000,00 GBP
Total contract value after the modifications
Value excluding VAT: 72 481 000,00 GBP