Services - 393233-2022

19/07/2022    S137

United Kingdom-London: Probation services

2022/S 137-393233

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: UKL Wales
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 - Ex-Armed Services Personnel Engagement Service

Reference number: ITT 6144
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 a call-off competition conducted by the Authority via the Ministry of Justice's Probation Service Dynamic Framework (PSDF). The Probation Service sought a provider to deliver a strength based, inclusive engagement’ service for People on Probation who identify as Ex-Armed Services Personnel (ex-ASP), in order to improve the relationships with London probation, at an individual and organisational level. The service shall incorporate a whole system approach throughout the sentencing of the individual, commencing from the pre-sentence report stage, to support People on Probation in living a safe and offence-free life in an environment which recognises their needs.

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: 180 000.00 GBP
II.2)Description
II.2.3)Place of performance
NUTS code: UKI London
Main site or place of performance:

London

II.2.4)Description of the procurement:

The Provider is expected to deliver interventions to people on probation to meet the specific needs for ex-ASP and achieve key outcomes to include to include, but not limited to one or more or the following the service shall include but not limited to the following: 1) To improve outcomes for People on Probation who identify as ex-ASP by utilising all relevant pathways to reduce re-offending. This may include signposting to the CRS services and her ex-ASP-specialist services, where appropriate, to meet the needs of the PoP, 2)engage and provide a wrap around support/mentoring service around Pre-sentence engagement and courts,Community orders and licences, 3)deliver support and awareness raising to all operational staff to improve the confidence of Probation Practitioners when engaging with People on Probation who identify as ex-ASP.

II.2.5)Award criteria
Quality criterion - Name: Service Continuity  / Weighting: 5%
Quality criterion - Name: Understanding of Ex-ASP Individuals / Weighting: 25%
Quality criterion - Name: Service Delivery: Delivery Model / Weighting: 35%
Quality criterion - Name: Service Delivery: Collaboration / Weighting: 25%
Quality criterion - Name: Implementation  / Weighting: 10%
Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Price - Weighting: 0
II.2.11)Information about options
Options: yes
Description of options:

The Authority set a Fixed Price and the procurement assessed quality questions only, using the HCQ methodology. - The Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 percent.

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

Full procurement documents are published on the Authority's esourcing portal (including spec/criteria). The contract is for a period of 24 months with the option to extend for a further 12 months.

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: no
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 8144
Lot No: 1
Title:

Ex-Armed Services Personnel Engagement Service

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/07/2022
V.2.2)Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: NACRO
Postal address: Walkden House, 16-17 Devonshire Square
Town: London
NUTS code: UKI London
Postal code: EC2M 4SQ
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 180 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: High Court
Town: London
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please see; https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement.

A copy of all complaints should be sent to the Commercial and Contract Management Directorate (CCMD) Compliance team commercialcompliance@justice.gov.uk and ProbationDynamicFramework@justice.gov.uk

We acknowledge all complaints in writing within five working days and aim to respond within ten working days. If a full response cannot be issued within this timescale we will let you know how long it will take.

We monitor and report on the complaints we have received and our goal is to learn from them and improve our processes.

If you have a comment or complaint about any aspect of a current/recent procurement round please provide in writing full details of the procurement round you are referring to including if possible:

- Information to accompany a complaint

- Any reference details

- Goods / service being tendered/contracted for

- Contact details of the relevant commercial contract manager or team

If you are not satisfied with your reply, you may contact the person who responded to your initial complaint, or another contact point named in our response to you. Your complaint will be acknowledged in writing within five working days of receipt.

If you are still dissatisfied, depending on its nature, we may refer your complaint to the Legal Services Directorate if appropriate. Your complaint will be acknowledged in writing within five working days of receipt.

VI.5)Date of dispatch of this notice:
14/07/2022