Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Brain Injury Link Worker - South Wales
Reference number: ITT_5966
II.1.2)Main CPV code75231240 Probation services
II.1.3)Type of contractServices
II.1.4)Short description:
The Probation Service sought a provider to deliver a specialist Brain Injury Support Service that aimed to improve the health and wellbeing of People in Prison and People on Probation who have an Acquired Brain Injury (ABI). As well as supporting the HMPPS Wales, Reducing Reoffending Plan and Business Strategy, this service shall provide; comprehensive clinical assessments and individualised support, inclusive of goal-oriented interventions, for those identified as having a history of ABI/TBI. With the aim of reducing the likelihood of reoffending, therefore reducing the demand on the criminal justice system. At a local level this further supports the wider HMPPS Equalities work, and the well-being and decency agenda including the Well-Being of Future Generations (Wales Act 2015).
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 147 500.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)75231240 Probation services
II.2.3)Place of performanceNUTS code: UKL Wales
NUTS code: UKL18 Swansea
NUTS code: UKL22 Cardiff and Vale of Glamorgan
Main site or place of performance:
South Wales: Cardiff & Vale and Swansea
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 Brain Injury Support Service that aimed to improve the health and wellbeing of People in Prison and People on Probation who have an Acquired Brain Injury (ABI). As well as supporting the HMPPS Wales, Reducing Reoffending Plan and Business Strategy, this service shall provide; comprehensive clinical assessments and individualised support, inclusive of goal-oriented interventions, for those identified as having a history of ABI/TBI. With the aim of reducing the likelihood of reoffending, therefore reducing the demand on the criminal justice system. At a local level this further supports the wider HMPPS Equalities work, and the well-being and decency agenda including the Well-Being of Future Generations (Wales Act 2015).
II.2.5)Award criteriaQuality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Quality criterion - Name: Delivery Model / Weighting: 25%
Quality criterion - Name: Delivering a Specialist Support Service / Weighting: 40%
Quality criterion - Name: How Workforce Delivers the Service / Weighting: 20%
Quality criterion - Name: Implementation / Weighting: 15%
Price - Weighting: 0
II.2.11)Information about optionsOptions: 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 a Specialist Support Service', the Authority reserved the right to remove that Bidder from the competition.
II.2.13)Information about European Union fundsThe 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 1 year with the option to extend for an additional +1 year +1 year. The initial contract term is £147,500 per annum with an estimated £147,500 per annum.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted 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 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
Title:
Brain Injury Link Worker - South Wales
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:02/08/2022
V.2.2)Information about tendersNumber 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 contractorOfficial name: The Disabilities Trust
Town: Burgess Hill
NUTS code: UKJ South East (England)
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: 147 500.00 GBP
Total value of the contract/lot: 147 500.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: High Court
Town: London
Country: United Kingdom
VI.4.3)Review procedurePrecise 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:17/08/2022