Back to tenders & grants page
United Kingdom-London: Probation services Government United Kingdom-London: Probation services
Receive Tenders like this by email

United Kingdom-London: Probation services

Ministry of Justice (UK) (SC674514) has announced on 24 Dec 2021 that is accepting bids for the following project: United Kingdom-London: Probation services.

The tender will take place in United Kingdom and will cover the Government industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-London: Probation services. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

Ministry of Justice (UK) (SC674514)

Industry:

Government

Status:

Accepting bids

Timeline

Published:

24 Dec 2021

Deadline:

Not available

Value:

Not available

Contacts

Phone:

+44 2033343555

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:665491-2021:TEXT:EN:HTML&src=0&tabId=2

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: UK United Kingdom
Postal code: SW1H 9AJ
Country: United Kingdom
Contact person: Commercial Contract Management Directorate - Probation Dynamic Framework
E-mail: [email protected]
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.2)Information about joint procurement
The contract is awarded by a central purchasing body
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 (PSDF) - Engaging People on Probation (EPOP)

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 build the capability, opportunity and motivation of probation service personnel to engage more widely with People on Probation, to enable people on probation to influence and be more involved in service design, development, delivery and review.

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: 2 137 500.54 GBP
II.2)Description
II.2.2)Additional CPV code(s)
75130000 Supporting services for the government
75230000 Justice services
75231240 Probation services
80500000 Training services
80521000 Training programme services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

The Supplier will deliver a national solution across the Probation Service for England and Wales

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 Provider is not responsible for delivering direct engagement sessions with people on probation, as probation Service Personnel would take over primary responsibility for this in the new contract., the Provider will be expected to drive the introduction of a national and regional infrastructure for consistently engaging with people on probation. This will include but is not limited to:

- Developing Regional EPOP Action Plans for every region, based on a thorough review of existing EPOP Plans.

- Developing an EPOP Action Plan for Approved Premises, based on a thorough review of existing EPOP Plans

- Providing skills development and on-the-job and experiential learning to probation personnel.

- Creating a National Forum for People on Probation.

- Driving a cultural change amongst all staff, including Senior Leadership which develops individual and organisational capability, opportunity and motivation to engage with people on probation and enables their involvement in service design, development, delivery and review.

II.2.5)Award criteria
Quality criterion - Name: Mandatory Declarations / Weighting: Pass/Fail
Quality criterion - Name: Service Continuity / Weighting: 5%
Quality criterion - Name: Service Delivery and Driving a Cultural Change (National Objectives) / Weighting: 30%
Quality criterion - Name: Service Delivery and Driving a Cultural Change (Regional Objectives) / Weighting: 40%
Quality criterion - Name: Workforce / Weighting: 15%
Quality criterion - Name: Implementation / Weighting: 10%
Price - Weighting: Price per Quality Point (PQP)
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 per cent;

- if a Bidder scored 20 or less in any given question, 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

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

Contract No: ITT_5415
Title:

Engaging People on Probation (EPOP)

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
30/11/2021
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: St Giles Wise Group Limited
National registration number: SC674514
Town: Glasgow
NUTS code: UK United Kingdom
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2 250 000.00 GBP
Total value of the contract/lot: 2 137 500.54 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 ITT 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:

The majority of the services within scope of the DF are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and pursuant to Section 7 (Regulations 74-77 of the PCR) are subject to the ‘Light Touch Regime’ or 'LTR' under which the Authority is not obliged to comply with the full requirements of the PCR. The PSDF is described as a framework agreement, but has features of a dynamic purchasing system; it is not subject to either Regulation 33 or 34 of the PCR, and Regulation 28 does not apply to this procurement. This is irrespective of the use of this standard form notice (the Authority is unable to use the LTR notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement.

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:
20/12/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more