Services - 419432-2022

01/08/2022    S146

United Kingdom-London: Probation services

2022/S 146-419432

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:

Autism Support Services - Thames Valley

Reference number: ITT_6092
II.1.2)Main CPV code
75231240 Probation services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Provider shall deliver interventions to people on probation that meet the specific needs of those, living with

an Autistic Spectrum Condition. As needs will vary, the support to be provided shall include, but is not limited to

one or more or the following:

(a) Support to improve communication and social skills;

(b) Support to improve the PoP’s awareness of their own emotional state and well being, and that of others;

(c) Support to improve impulse control and/or make better social judgements;

(d) Identification of appropriate strategies and coping mechanisms;

(e) Ensuring the individual is better equipped to comply with probation requirements, adequately address their

offending behaviour and engage in programmes (where applicable).

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: 90 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
75231240 Probation services
II.2.3)Place of performance
NUTS code: UKJ1 Berkshire, Buckinghamshire and Oxfordshire
NUTS code: UKJ12 Milton Keynes
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'.

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 specialist service to individuals within the region, who may experience difficulties with; language and speech,

motor skills, behaviour, memory, learning and other neurological functions, to be better equipped to comply with

probation requirements.

The Provider is expected to deliver interventions to people on probation that meet the specific needs of those,

living with an Autistic Spectrum Condition. As needs will vary, the support to be provided shall include, but is not

limited to one or more or the following:

(a) Support to improve communication and social skills;

(b) Support to improve the PoP’s awareness of their own emotional state and wellbeing, and that of others;

(c) Support to improve impulse control and/or make better social judgements;

(d) Identification of appropriate strategies and coping mechanisms;

(e) Ensuring the individual is better equipped to comply with probation requirements, adequately address their

offending behaviour and engage in programmes (where applicable).

II.2.5)Award criteria
Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery in the Local Landscape / Weighting: 25%
Quality criterion - Name: Delivering the Service to People on Probation / Weighting: 40%
Quality criterion - Name: How Workforce Delivers the Service / Weighting: 25%
Quality criterion - Name: Implementation / Weighting: 10%
Price - Weighting: 0
II.2.11)Information about options
Options: yes
Description of options:

As there was a Fixed Price set by the Authority, the procurement assessed quality only, using the HCQ

methodology.

- The Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 percent;

- If a bidder scored less than 60 on the question 'Delivering the Service to People on Probation', the Authority reserved the right to remove that Bidder from the competition.

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 etc.

The contract length is 2 years with the option to extend for an additional +1 year +7 months. The initial contract term is £45K per annum with an estimated £45K per annum.

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_6092
Title:

Autism Support Services - Thames Valley

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
25/07/2022
V.2.2)Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Third Sector Consortia Management LLP
Town: Croydon
NUTS code: UKI London
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 90 000.00 GBP
Total value of the contract/lot: 90 000.00 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:
27/07/2022