Services - 262666-2021

25/05/2021    S99

United Kingdom-London: Probation services

2021/S 099-262666

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Ministry of Justice (UK)
Postal address: 102 Petty France
Town: London
NUTS code: UK United Kingdom
Postal code: SW1H 9AJ
Country: United Kingdom
Contact person: Commercial Contract Management Directorate - Probation Dynamic Framework
E-mail: ProbationDynamicFramework@gov.uk
Telephone: +44 2033343555
Internet address(es):
Main address: https://www.gov.uk/government/organisations/ministry-of-justice
Address of the buyer profile: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

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

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

Reference number: 2020/S 114-277986
II.1.2)Main CPV code
75231240 Probation services
II.1.3)Type of contract
Services
II.1.4)Short description:

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

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

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

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 15 218 395.06 GBP
II.2)Description
II.2.2)Additional CPV code(s)
33693300 Addiction treatment
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
75310000 Benefit 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
85000000 Health and social work 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
98341100 Accommodation management services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

102 Petty France, London, SW1H 9AJ

II.2.4)Description of the procurement:

In June 2020 the Ministry of Justice established the Probation Services Dynamic Framework (PSDF) to allow the Authority and Participating Bodies to purchase services to deliver rehabilitative and resettlement Interventions. The Dynamic Framework and subsequent Call-Off Competitions are conducted pursuant to Section 7 of the PCR 2015 (Social and Other Specific Services)/the Light Touch Regime).

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

• accommodation;

• education training and employment;

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

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

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

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

• accommodation procured at the National Probation Service regional level;

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

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

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

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

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

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

II.2.5)Award criteria
Quality criterion - Name: Specification Compliance / Weighting: 3 %
Quality criterion - Name: Quality of Staff / Weighting: 5 %
Quality criterion - Name: Risk Management and Information Sharing / Weighting: 6 %
Quality criterion - Name: Equalities / Weighting: 10 %
Quality criterion - Name: Continuous Improvement / Weighting: 3 %
Quality criterion - Name: Implementation / Weighting: 10 %
Quality criterion - Name: Digital and Technology / Weighting: 6 %
Quality criterion - Name: Information Assurance & Cyber Security / Weighting: 4 %
Quality criterion - Name: Workforce / Weighting: 5 %
Quality criterion - Name: Pensions / Weighting: Pass/Fail
Quality criterion - Name: Estates / Weighting: 5 %
Price - Weighting: Price per Quality Point (PQP)
II.2.11)Information about options
Options: yes
Description of options:

— the Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 per cent,

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

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

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

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

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

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 114-277986
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: ITT_5059
Title:

Accommodation Services for London

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
30/04/2021
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: St Mungo Community Housing Association
Town: London
NUTS code: UK United Kingdom
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 6 792 652.00 GBP
Total value of the contract/lot: 6 995 291.92 GBP
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:

In accordance with the Framework Agreement, the Supplier is entitled to sub-contract its obligations under this Call-Off Contract to Key Sub-contractors declared in the Invitation to Tender and Call Off Contract.

The Parties agree that they will periodically update records of any Key Sub-contractors appointed by the Supplier with the consent of the Customer after the Call-Off Commencement Date

Section V: Award of contract

Contract No: ITT_5058
Title:

Accommodation Services for South Central

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
30/04/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Ingeus UK Ltd
Town: Greater London
NUTS code: UK United Kingdom
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2 443 171.00 GBP
Total value of the contract/lot: 2 362 477.00 GBP
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:

In accordance with the Framework Agreement, the Supplier is entitled to sub-contract its obligations under this Call-Off Contract to Key Sub-contractors declared in the Invitation to Tender and Call Off Contract.

The Parties agree that they will periodically update records of any Key Sub-contractors appointed by the Supplier with the consent of the Customer after the Call-Off Commencement Date

Section V: Award of contract

Contract No: ITT_5060
Title:

Accommodation Services for Yorkshire and The Humber

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
30/04/2021
V.2.2)Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Shelter
Town: London
NUTS code: UK United Kingdom
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5 671 081.00 GBP
Total value of the contract/lot: 5 460 692.00 GBP
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:

In accordance with the Framework Agreement, the Supplier is entitled to sub-contract its obligations under this Call-Off Contract to Key Sub-contractors declared in the Invitation to Tender and Call Off Contract.

The Parties agree that they will periodically update records of any Key Sub-contractors appointed by the Supplier with the consent of the Customer after the Call-Off Commencement Date

Section V: Award of contract

Contract No: ITT_5062
Title:

Education, Training and Employment for South Central

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
30/04/2021
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Ingeus UK Ltd
Town: Greater London
NUTS code: UK United Kingdom
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2 478 188.00 GBP
Total value of the contract/lot: 2 478 188.00 GBP
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:

In accordance with the Framework Agreement, the Supplier is entitled to sub-contract its obligations under this Call-Off Contract to Key Sub-contractors declared in the Invitation to Tender and Call Off Contract.

The Parties agree that they will periodically update records of any Key Sub-contractors appointed by the Supplier with the consent of the Customer after the Call-Off Commencement Date

Section VI: Complementary information

VI.3)Additional information:

The majority of the services within scope of the DF are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and pursuant to Section 7 (Regulations 74-77 of the PCR) are subject to the ‘Light Touch Regime’ or 'LTR' under which the Authority is not obliged to comply with the full requirements of the PCR.

The PSDF is described as a framework agreement, but has features of a dynamic purchasing system; it is not subject to either Regulation 33 or 34 of the PCR, and Regulation 28 does not apply to this procurement. This is irrespective of the use of this standard form notice (the Authority is unable to use the LTR notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
20/05/2021