We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 544675-2019

18/11/2019    S222

United Kingdom-London: Probation services

2019/S 222-544675

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Ministry of Justice
Postal address: 102 Petty France
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1H 9AJ
Country: United Kingdom
Contact person: Probation Commercial Team
E-mail: ProbationAPandUPW@justice.gov.uk
Telephone: +44 2033343555
Internet address(es):
Main address: https://www.gov.uk/government/organisations/ministry-of-justice
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the abovementioned address
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
Public order and safety

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Probation Delivery Partner

Reference number: prj_1784
II.1.2)Main CPV code
75231240 Probation services
II.1.3)Type of contract
Services
II.1.4)Short description:

The authority shall conduct this procurement in accordance with the ‘Light Touch Regime’. It includes a qualification stage and subsequent award stage comprising an invitation to tender, face to face meetings and best and final offers (BAFO). The authority reserves the right not to carry out the face to face meetings at its discretion.

The authority seeks suppliers to deliver high volume standardised interventions and rehabilitative services covering unpaid work, accredited programmes and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Suppliers will work collaboratively with the National Probation Service improving quality and helping innovate in the delivery of the services. The contract will enable effective partnering with the flexibility to commission additional optional services outlined below.

II.1.5)Estimated total value
Value excluding VAT: 1 263 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may tender for multiple lots. Only 1 tender per lot is permitted (as a prime bidder or as part of a consortium). Bidders must not offer discounts for multi-lot offers. All lots must be tendered for separately. Award of lots will be subject to the lot award tool including the rules on market share and financial standing. See VI.3) below and the ITT for detail.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (North East)

Lot No: 1 (A)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

North East.

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 66 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

Authority shall conduct this procurement in accordance with the ‘Light Touch Regime’. It includes a qualification stage and subsequent award stage comprising an invitation to tender, face to face meetings and best and final offers (BAFO). The authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (North West)

Lot No: 2 (B)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

North West

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 107 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (Yorkshire & Humberside)

Lot No: 3 (C)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Yorkshire & Humberside

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 123 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion

II.2)Description
II.2.1)Title:

Probation Delivery Partner (Wales)

Lot No: 4 (D)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Wales

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 91 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (West Midlands)

Lot No: 5 (E)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

West Midlands

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 131 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (East Midlands)

Lot No: 6 (F)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

East Midlands

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 84 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (South West)

Lot No: 7 (G)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

South West

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 95 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (South Central)

Lot No: 8 (H)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

South Central

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 81 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (East of England)

Lot No: 9 (I)
II.2.2)Additional CPV code(s)
03000000 Agricultural, farming, fishing, forestry and related products
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

East of England

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 141 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (London)

Lot No: 10 (J)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

London

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 184 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (Kent, Surrey & Sussex)

Lot No: 11 (K)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Kent, Surrey & Sussex

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 83 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

II.2)Description
II.2.1)Title:

Probation Delivery Partner (Greater Manchester)

Lot No: 12 (L)
II.2.2)Additional CPV code(s)
75100000 Administration services
75110000 General public services
75130000 Supporting services for the government
75200000 Provision of services to the community
75230000 Justice services
75231200 Services related to the detention or rehabilitation of criminals
75231210 Imprisonment services
75231230 Prison services
75231240 Probation services
75240000 Public security, law and order services
79611000 Job search services
80000000 Education and training services
80400000 Adult and other education services
80500000 Training services
80521000 Training programme services
80530000 Vocational training services
85312300 Guidance and counselling services
85312400 Welfare services not delivered through residential institutions
85312500 Rehabilitation services
85312510 Vocational rehabilitation services
85321000 Administrative social services
85322000 Community action programme
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Greater Manchester

II.2.4)Description of the procurement:

II.2.4) Description of the procurement:

The response to the public consultation ‘Strengthening Probation Building Confidence’ was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 77 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

There will be an initial term of five (5) years with up to six (6) possible extension periods (of six (6) months each) (i.e. a potential additional three (3) years).

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

The Authority shall conduct this procurement in accordance with the “Light Touch Regime”. It includes a qualification stage, and subsequent award stage comprising an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings at its discretion.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Selection criteria as stated in the procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Contract performance conditions as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 096-232055
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/12/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

The Authority is using its electronic procurement portal, for this procurement. Documents are available only in electronic form, located at https://ministryofjusticecommercial.bravosolution.co.uk (the "eSourcing tool”). To gain access to the sourcing event on Bravo, Bidders must register the names of all contacts requiring access to the sourcing event. The Authority will only communicate with Bidders via the eSourcing tool.

Bidders may tender for more than one lot. Only one tender per lot is permitted, i.e. per lot, a Bidder can bid either as prime bidder OR as part of a consortium. It is permissible to be named as a subcontractor on multiple tenders (from multiple Bidders) per lot.

IMPORTANT NOTE: The Authority will award contracts based on the combined lowest price per quality point across lots, SUBJECT to the lot award tool, including the rules below on market share and financial standing. This results in the most economically advantageous position for the Authority on a national level, subject to these rules. There is a possibility therefore that a Bidder who provides the most economically advantageous tender for a single lot may not be awarded that lot if it would result in that Bidder failing the market share rule or if the Bidder could not comply with the financial standing rules. Accordingly, Bidders tendering for multiple lots will not have a choice over which lot they may be awarded.

Market Share Rule - The maximum a Bidder will be awarded as a lot or a combination of lots up to a maximum market share of 31 % as described in the ITT (subject to any exceptions set out in the ITT). The market share rule will be applied at a Bidder level and will be calculated as the total of:

a) market share of Bidder entity

b) market share of any entity in which the Bidder is a consortium member

c) market share of any entity in the same corporate group as a Bidder

Where a Bidder is a consortium comprising more than one entity and any one of those entities is also part of another Bidder, whether as a single entity or as part of another consortium, the rule is applied to the entity based on its shareholdings within each consortium. The proportionate share a Bidder holds in a consortium will be taken account of as part of the market share calculation.

Financial Standing Rule – Bidders must have the minimum capital requirements specified in the ITT for each individual lot they bid for. If Bidders bid for more than one lot, they must meet these requirements for each lot they will be awarded.

Successful SQ applicants will join the Qualification List, which addresses lot failure during the procurement. If a lot does not receive any suitable tenders, the Authority will lift the market share rule for the failed lot and will invite Bidders on the Qualification List who meet the financial standing rule, to submit proposals via a mini-competition for the failed lot(s) on the same or substantially similar basis as the main procurement. Further details on the Qualification List are detailed within the ITT.

Following contract award, all Suppliers will join a Contingency Panel. In the event of contract failure in one or more lots (a Failed Lot), the Authority may choose to invite the Suppliers on the Contingency Panel to participate in a mini-competition for the Failed Lot. Further details are set out in the ITT.

In accordance with the Public Services (Social Value) Act 2012, the Authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, the Authority has taken this into account when designing the procurement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: The Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice:
13/11/2019