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

United Kingdom-London: Probation services

Ministry of Justice (08802540) has announced on 02 Aug 2019 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 Consumer Goods & Services 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 (08802540)

Industry:

Consumer Goods & Services

Status:

Accepting bids

Timeline

Published:

02 Aug 2019

Deadline:

Not available

Value:

Not available

Contacts

Name:

Paul Carter

Phone:

+44 2033343555

Description

Modification notice

Modification of a contract/concession during its term

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority/entity

I.1)Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
United Kingdom
Contact person: Paul Carter
Telephone: +44 2033343555
E-mail: [email protected]
NUTS code: UK

Internet address(es):

Main address: www.gov.uk/government/organisations/ministry-of-justice

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Transforming Rehabilitation

II.1.2)Main CPV code
75231240
II.1.3)Type of contract
Services
II.2)Description
II.2.1)Title:

Transforming Rehabilitation: Contracts for the Services of Rehabilitative Services and Offender Management

Lot No: Lot 20
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:

England and Wales.

II.2.4)Description of the procurement at the time of conclusion of the contract:

Successful bidders in the competition acquired the Community Rehabilitation Companies (CRCs) and contracts were awarded on 5.12.2014 (and entered into with CRCs) for the delivery of probation services. The contracts are for a 7 year initial term with an option to extend for a further 3 years. The contracts also provide for an exit period during which services continue to be provided of between 3 and 24 months from the expiry/termination date. The GBP (£) figures quoted within the original contract notice were the maximum anticipated, total, real value of the contracts where the contracts have been extended to the fullest amount allowed under the contract and payment by results has been paid at the maximum level in all periods including all extensions.

II.2.7)Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 84
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure

IV.2)Administrative information
IV.2.1)Contract award notice concerning this contract
Notice number in the OJ S: 2015/S 027-045770

Section V: Award of contract/concession

Contract No: 2015/S 027-045770
Lot No: 20
Title:

Metropolitan and City of London

V.2)Award of contract/concession
V.2.1)Date of conclusion of the contract/concession award decision:
05/12/2014
V.2.2)Information about tenders
The contract/concession has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaire
The London Community Rehabilitation Company Ltd
08802553
The Sherard Building, Edmund Halley Road
Oxford
OX4 4DQ
United Kingdom
NUTS code: UK
The contractor/concessionaire is an SME: no
V.2.4)Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: 982 000 000.00 GBP

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
High Court of Justice
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
04/02/2019

Section VII: Modifications to the contract/concession

VII.1)Description of the procurement after the modifications
VII.1.1)Main CPV code
75231240
VII.1.2)Additional CPV code(s)
VII.1.3)Place of performance
NUTS code: UK
Main site or place of performance:

England and Wales.

VII.1.4)Description of the procurement:

Successful bidders in the competition acquired the Community Rehabilitation Companies (CRCs) and contracts were awarded on 5.12.2014 (and entered into with CRCs) for the delivery of probation services. The contracts are for a 7 year initial term with an option to extend for a further 3 years. The contracts also provide for an exit period during which services continue to be provided of between 3 and 24 months from the expiry/termination date. The GBP (£) figures quoted within the original contract notice were the maximum anticipated, total, real value of the contracts where the contracts have been extended to the fullest amount allowed under the contract and payment by results has been paid at the maximum level in all periods including all extensions.

VII.1.5)Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 84
VII.1.6)Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 489 584 000.00 GBP
VII.1.7)Name and address of the contractor/concessionaire
The London Community Rehabilitation Company Ltd
08802553
The Sherard Building, Edmund Halley Road
Oxford
OX4 4DQ
United Kingdom
NUTS code: UK
The contractor/concessionaire is an SME: no
VII.2)Information about modifications
VII.2.1)Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The contract is now being modified to include: new early termination provisions for termination of the contract on specified terms in 2020, revision of the baseline date used for calculation of the frequency reoffending element of the Payment by Results (PbR) mechanism, adjusting the binary reoffending calculation to reflect the impact of a change in the data source, new specifications for through the gate and offender contact services and enhanced management information requirements under Schedule 20 of the contract.

Further information relating to VII.2.2 Reasons for modification:

The modifications being made are, in line with those proposed in voluntary ex-ante transparency notice 2018/S 146-335161, as follows:

— rebaselining frequency of reoffending payment-by-results measure from 2011 to the average of performance between 1.10.2015 and 31.3.2016 and changing the thresholds for termination if reoffending reaches a certain rate in proportion to the baseline change. This is justified in response to unforeseeable circumstances. The 2011 baseline was used as the closest proxy for reoffending levels at the start of the contract. However, those levels increased in a way which was not known or foreseeable when the contract was let in 2014. The revised baseline is the closest available proxy for the data as at the start of the contract in February 2015,

— placing an obligation on the Authority to terminate the contract by 31.12.2020.This is justifiable on the basis that it is a further response to the unforeseen circumstances (unforeseeable case volumes, case mix and fixed/variable costs ratio) which necessitated the modification and subsequent voluntary ex-ante transparency notice dated 27.5.2017, alternatively on the basis that the new termination provision is consistent with Regulation 73,

— adding an obligation on the Contractor to deliver enhanced resettlement services. The services are additional to original requirements and cannot be delivered by another Contractor given the other CRC obligations to deliver these services. The contract value is not increased by more than 50 %,

— adjusting binary reoffending payment-by-results measure to reflect the impact of a change in data source. It was not foreseeable that the change to the data source used to measure entries and releases from prison would have a statistically significant effect on reoffending rates,

— waiving 2014/15 fee-for-service reconciliation payments due from the Contractor. This is justifiable on the basis that it is a further response to unforeseen circumstances (unforeseeable case volumes, case mix and fixed/variable costs ratio) which necessitated the modification and subsequent voluntary ex-ante transparency notice dated 27.5.2017. This modification addresses the period prior to the date of that modification,

— adding obligations on the Contractor to deliver a new minimum offender contact. The services are additional to the original requirements and cannot be delivered by another Contractor given CRC obligations to deliver offender supervision. Payments to the CRC are not being increased to deliver these services, and

— requiring more detailed monthly management information on CRC finances and workforce. Payments to the CRC are not being increased in response to this change.

The contract value excluding VAT after the modification is based upon the actual performance of fee for service and payment by results up to October 2018 including the modifications as set out above in the “Reasons for Modification”.

VII.2.2)Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The need for modification is brought about by: the need for additional services, circumstances which a diligent contracting could not foresee, required non-substantial changes to the contract and provision for termination) of the contract. The modifications are in accordance with Part 2 of the Public Contracts Regulations 2015 (the “Regulations”) which implements Directive 2014/24/EU. The modifications are particularly provided for in the following provisions of the Regulations: Regulation 72(1)(b) (additional services), Regulation 72(1)(c) (unforeseen circumstances), Regulation 72(1)(e) (non-substantial changes) and Regulation 73 (provision for termination).

Please refer to VII.2.1 Description of the modifications above for further information.

VII.2.3)Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 489 584 000.00 GBP
Total contract value after the modifications
Value excluding VAT: 412 813 000.00 GBP

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more