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:
DF Dependency and Recovery for Northumbria - North East
Reference number: prj_7672
II.1.2)Main CPV code75231240 Probation services
II.1.3)Type of contractServices
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 lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 2 759 228.51 GBP
II.2)Description
II.2.3)Place of performanceNUTS code: UKC21 Northumberland
NUTS code: UKC22 Tyneside
NUTS code: UKC23 Sunderland
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 criteriaQuality criterion - Name: Specification Compliance / Weighting: Pass/Fail
Quality criterion - Name: Understanding the local landscape / Weighting: Weighting 35% - Threshold 60
Quality criterion - Name: Delivering Services to People on Probation / Weighting: Weighting 35% - Threshold 60
Quality criterion - Name: Quality of Staff / Weighting: Weighting 5% - Threshold 60
Quality criterion - Name: Risk Management and Information Sharing / Weighting: Weighting 15% - Threshold 60
Quality criterion - Name: a) Equalities b) Equalities / Weighting: a)Pass/Fail b)Weigh/Thres 5%60
Quality criterion - Name: Implementation / Weighting: Weighting 5% - Threshold 60
Price - Weighting: Highest Quality Conforming
II.2.11)Information about optionsOptions: 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 fundsThe 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 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:
DF Dependency and Recovery for Northumbria - North East
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:05/07/2022
V.2.2)Information about tendersNumber of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Ingeus UK Limited
Town: London
NUTS code: UKI31 Camden and City of London
Postal code: E1 8HG
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: 2 759 228.51 GBP
V.2.5)Information about subcontractingThe 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 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:
VI.5)Date of dispatch of this notice:06/09/2022