Services - 232055-2019

20/05/2019    S96

United Kingdom-London: Probation services

2019/S 096-232055

Prior information notice

This notice is for prior information only

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 Services Procurement 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.3)Communication
Additional information can be obtained from 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 Services (Accredited Programmes and Unpaid Work)

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 Ministry of Justice intends to tender for probation intervention and rehabilitation services in England and Wales. The services to be procured are expected to comprise:

— provision of unpaid work (or “community payback”) for all offenders,

— accredited programmes for all offenders except sex offenders, and

— rehabilitative interventions, which are delivered as part of Rehabilitation Activity Requirements (“RAR”) and resettlement interventions.

Enabling services and interventions to support desistance will also be available to procure via the dynamic framework.

This PIN has been issued for Innovation Partners to deliver unpaid work and accredited programmes and support the NPS to identify and deliver wider innovation. A separate notice has been issued for rehabilitative services and resettlement interventions.

This PIN is being issued for market engagement purposes only.

Any information provided is indicative only of the Authority’s current intentions and is subject to change.

II.1.5)Estimated total value
Value excluding VAT: 1 000 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
II.2)Description
II.2.1)Title:

Probation Services (Accredited Programmes and Unpaid Work)

Lot No: The current intention is to contract for 10 (ten) lots in England and 1 (one) in Wales.
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
75231230 Prison 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
80510000 Specialist training services
80521000 Training programme services
80530000 Vocational training services
85000000 Health and social work services
85100000 Health services
85300000 Social work and related 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
98000000 Other community, social and personal services
98300000 Miscellaneous 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:

This PIN relates to the Authority’s intention to procure the following services either combined or as standalone services:

Unpaid Work (UPW):

UPW is a form of community payback whereby an offender is ordered by the court to carry out between 40 and 300 hours of community work. Offenders with employment, training or educational needs are permitted to use up to 20 % of their ordered UPW hours towards education and training to help them develop skills. UPW requires the management of the offenders, through sourcing appropriate placements, effective supervision of placements and the passing on of appropriate information to the Authority to ensure risk is managed by the case manager. The delivery of UPW services is primarily logistical and administrative in nature and requires organisations to source and schedule work placements, provide administration support, provide transport services for users and to lead/supervise placements as required.

Accredited programmes (APs):

Accredited programmes are interventions accredited by the Correctional Services Accreditation and Advice Panel (CSAAP), a body of independent, experts, which is chaired by HMPPS. The two most common and widely available programmes are Thinking Skills Programme (TSP) and Building Better Relationships (BBR), the latter aimed at offenders who have committed offences related to domestic violence. Accredited Programmes which address sexual offending will continue to be delivered by the NPS. APs can be ordered by the court as a requirement of a community sentence, undertaken whilst serving a custodial sentence or a condition of License or post release supervision (only community delivery being procured except for Wales). Organisations will be required to deliver accredited programmes at appropriate locations and at appropriate times to meet the needs of the cohorts in the region.

The procurement activity is expected to commence in autumn 2019, ending summer 2020 to allow for a period of mobilisation and transition.

The Authority will conduct a series of market engagement events between May and July 2019 to inform service and contract design, and we invite all interested suppliers to attend. Details regarding initial events can be found below; additional events will be publicised in due course. If you would like to register to hear more information about these events, please contact: ProbationAPandUPW@justice.gov.uk

It is the Authority’s intention to share draft tender documents, including the draft Dynamic Framework Agreement, with interested suppliers ahead of the competition. If you would like to receive these documents, please register your interest by emailing the following address: ProbationAPandUPW@justice.gov.uk

Launch events (28th to 30.5.2019).

The launch events will outline:

— our vision for probation services and what we want to achieve,

— indicative procurement timelines.

These will be joint events covering 2 procurements:

1) Accredited Programmes (“APs”) and Unpaid Work (“UPW”); and

2) Rehabilitative and resettlement interventions. Dates have been scheduled for:

— London: 28.5.2019 (10:30 to 13:00) — also available via Webinar,

— Cardiff: 29.5.2019 (10:30 to 13:00),

— Manchester: 3.5.2019 (10:30 to 13:00).

Webinars: service descriptions (5th June to 6.6.2019).

Webinars, providing an overview of the various services to be procured are scheduled for Wednesday 5th June and Thursday 6th June.

If your like to register for any of the launch events or webinars please go to: http://probationlaunch.eventbrite.com

II.2.14)Additional information
II.3)Estimated date of publication of contract notice:
03/10/2019

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

This PIN replaces the following 2 PINS:

1) 2018/S 145-331899 — dispatch date of 26.7.2018; and

2) 2018/S 145-331911 — dispatch date of 27.7.2018.

The services within scope of the Authority’s anticipated requirements are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so pursuant to Regulation 74 of the PCR will be subject to the light touch regime under which the Authority is not obliged to comply with the full requirements of the PCR. The Authority intends to conduct a 2-stage selection and award procurement process and reserves the right to conduct negotiations, dialogue and/or clarifications with bidders. The Authority will comply with its obligations of equal treatment, transparency, non-discrimination and proportionality at all times during the procurement.

This PIN is being issued for market testing and engagement purposes only. Any information about the proposed procurement is indicative only of the Authority’s current intentions and is subject to change.

These proposed contracts will cover England and Wales only.

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 subject matter of the contracts will be scoped to take into account the priorities of the Authority relating to economic, social and environmental well-being. These priorities will also be reflected in the award evaluation criteria for the award of the contracts, to the extent that the Authority considers it relevant and proportionate to the subject matter of the contracts.

The Authority is not liable for any costs incurred by candidates or suppliers including in respect of participating in the market engagement nor expressing an interest or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its own discretion.

Important Note: This PIN must be read in full. Applicants are reminded that participation in any subsequent procurement process will be subject to the terms and conditions set out in the selection questionnaire and the e-sourcing portal terms of use. The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.

VI.5)Date of dispatch of this notice:
16/05/2019