Services - 494336-2022

09/09/2022    S174

United Kingdom-London: Probation services

2022/S 174-494336

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:

DF Dependency and Recovery for London

Reference number: prj_7671
II.1.2)Main CPV code
75231240 Probation services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Authority has procured a Dependency and Recovery services for People on Probation due a significant proportion of

People on Probation having a dependency on legal and illegal substances and activities. The impact of this is wide-ranging both for the individual, their families and for society. Substance use disorders often cooccur alongside other mental illnesses. More than half of people with substance use disorders also have a mental illness. Frequently, each disorder amplifies the symptoms of the other. People on probation require a broad range of substance misuse and addiction related support for a range of complex needs. These services will not duplicate existing clinical commissioned services but should enhance an individual's ability to access the clinical services and support them in this need area. The service is for adult and young adult males.

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: 10 851 435.19 GBP
II.2)Description
II.2.3)Place of performance
NUTS code: UKI31 Camden and City of London
NUTS code: UKI32 Westminster
NUTS code: UKI33 Kensington & Chelsea and Hammersmith & Fulham
NUTS code: UKI34 Wandsworth
NUTS code: UKI41 Hackney and Newham
NUTS code: UKI42 Tower Hamlets
NUTS code: UKI43 Haringey and Islington
NUTS code: UKI44 Lewisham and Southwark
NUTS code: UKI45 Lambeth
NUTS code: UKI51 Bexley and Greenwich
NUTS code: UKI52 Barking & Dagenham and Havering
NUTS code: UKI53 Redbridge and Waltham Forest
NUTS code: UKI54 Enfield
NUTS code: UKI61 Bromley
NUTS code: UKI62 Croydon
NUTS code: UKI63 Merton, Kingston upon Thames and Sutton
NUTS code: UKI71 Barnet
NUTS code: UKI72 Brent
NUTS code: UKI73 Ealing
NUTS code: UKI74 Harrow and Hillingdon
NUTS code: UKI75 Hounslow and Richmond upon Thames
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 Supplier shall deliver a Dependency and Recovery Service by working in partnership with other organisations to enhance user access and support. The Dependency and Recovery Services should not duplicate provision where Clinical Commissioned Services are already in place in the applicable Geographical Location (which shall include the provision of Community Sentence Treatment Requirements). Dependency and Recovery Services can be delivered as part of a Rehabilitation Activity Requirement ("RAR") on a Community or Suspended Sentence Order, to those on Licence or Post Sentence Supervision and convicted. Where applicable, Dependency and Recovery Services must support a Person on Probation’s transition in conjunction with prison substance misuse services from Young Offenders Institute ("YOI") or an adult male prison back into the community and focus on the place where they will reside (not the prison they are released from).

II.2.5)Award criteria
Quality criterion - Name: Specification Compliance / Weighting: Pass/Fail
Quality criterion - Name: Understanding the local landscape / Weighting: Weighting 25% - Threshold 60
Quality criterion - Name: Delivering Services to People on Probation / Weighting: Weighting 35% - Threshold 60
Quality criterion - Name: Quality of Staff / Weighting: Weighting 10% - Threshold 60
Quality criterion - Name: Risk Management and Information Sharing / Weighting: Weighting 10% - Threshold 40
Quality criterion - Name: Equalities / Weighting: Weighting 10% - Threshold 40
Quality criterion - Name: Implementation / Weighting: Weighting 10% - Threshold 40
Price - Weighting: Highest Quality Conforming
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.

- The Authority reserved the right to exclude tenders that did not achieve an individual quality criteria threshold.

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

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

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

Title:

DF Dependency and Recovery for London

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
22/06/2022
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: The Forward Trust
Town: London
NUTS code: UKI31 Camden and City of London
Postal code: SE11 5DP
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 10 851 435.19 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:
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:
VI.5)Date of dispatch of this notice:
06/09/2022