Notice Information
Notice Title
Probation Services Dynamic Framework (PSDF) - Additional Day 1 Services
Notice Description
This Contract Award Notice details the award of call off competitions conducted by the Authority via the Ministry of Justice's Probation Service Dynamic Framework (PSDF). These services provide interventions to support those subject to court orders and custodial sentences from pre-release through post-release licence and post sentence supervision to reduce re-offending. The Authority has utilised the PSDF to procure a range of services to meet The Authority's requirements that must be live on Day 1 of delivery which is the 26th June 2021. This notice details the award of 4 of these competitions, previous outcomes were detailed in the prior notice publication (2020/S 114-277986) The framework and subsequent call-off competitions have been procured via the light touch regime.
Lot Information
Lot 1
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 Authority has utilised the PSDF to procure the following range of services to meet The Authority's requirements that must be live on Day 1 of delivery which is the 26th June 2021: * Accommodation; * Education Training and Employment; * Personal Wellbeing (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion); * Personal Wellbeing Young Adults (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Young Adults Cohort) * Women's Services (Accommodation; Education Training and Employment; Finance Benefit and Debt; Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Women's Cohort) The initial approach was to procure for the following services at the following regional levels, depending on the requirements; * Accommodation procured at the National Probation Service regional level; * Education Training and Employment procured at the National Probation Service regional level; * Personal Wellbeing (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion) procured at Police and Crime Commissioner regional level;. * Personal Wellbeing Young Adults (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Young Adults Cohort) procured at Police and Crime Commissioner regional level; * Women's Services (Accommodation; Education Training and Employment; Finance Benefit and Debt; Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Women's Cohort) procured at Police and Crime Commissioner regional level; Only bidders that were qualified onto the PSDF within the appropriate financial thresholds, relevant regions and the appropriate service categories were invited to the Call-Off Competitions. All guidance on this is available within the PSDF Contract Notice and subsequent documentation. This Contract Award Notice details the award of 4 of these competitions, the prior award notice (2020/S 114-277986) published in April 2021, detailed the previously completed 89 competitions. It is likely that there will be additional services procured for Day 1, these outcomes will be published in due course through the appropriate channels. Additional information: Contract values are based on volumes which the customer may amend during the contract term. Figures stated in the contract notice reflect the Authority's volume estimates at the time of publication.
Options: - The Authority reserved the right to exclude Tenders that did not achieve a total quality score of 60 per cent; - The Authority reserved the right to exclude tenders that did not meet specified individual question thresholds (thresholds varied depending on the competition); - Certain specific Call-Off Contracts have been awarded based on Highest Quality Conforming (HQC) tender; - Weightings varied from the above in some call off competitions; - The sub-requirements within each question varied, these were described in the Invitation to Tender, with response templates provided by the Authority. The specific Evaluation and Award Criteria for each competition were detailed in full in the procurement documents for each individual call off competition. The procurement documents are published on the Authority's esorcing portal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b6b8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012102-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
85 - Health and social work services
98 - Other community, social and personal services
-
- CPV Codes
33693300 - Addiction treatment
75110000 - General public services
75130000 - Supporting services for the government
75200000 - Provision of services to the community
75230000 - Justice services
75231200 - Services related to the detention or rehabilitation of criminals
75231230 - Prison services
75231240 - Probation services
75310000 - Benefit services
79611000 - Job search services
80000000 - Education and training services
80400000 - Adult and other education services
80500000 - Training services
80521000 - Training programme services
80530000 - Vocational training services
85000000 - Health and social work services
85300000 - Social work and related services
85312300 - Guidance and counselling services
85312400 - Welfare services not delivered through residential institutions
85312500 - Rehabilitation services
85312510 - Vocational rehabilitation services
85321000 - Administrative social services
85322000 - Community action programme
98341100 - Accommodation management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £17,296,648 £10M-£100M
Notice Dates
- Publication Date
- 28 May 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 29 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE.
- Contact Name
- Not specified
- Contact Email
- probationdynamicframework@justice.gov.uk
- Contact Phone
- +44 02033343555
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9AJ
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b6b8-2021-05-28T22:45:08+01:00",
"date": "2021-05-28T22:45:08+01:00",
"ocid": "ocds-h6vhtk-02b6b8",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "2020/S 114-277986",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Probation Services Dynamic Framework (PSDF) - Additional Day 1 Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75231240",
"description": "Probation services"
},
"mainProcurementCategory": "services",
"description": "This Contract Award Notice details the award of call off competitions conducted by the Authority via the Ministry of Justice's Probation Service Dynamic Framework (PSDF). These services provide interventions to support those subject to court orders and custodial sentences from pre-release through post-release licence and post sentence supervision to reduce re-offending. The Authority has utilised the PSDF to procure a range of services to meet The Authority's requirements that must be live on Day 1 of delivery which is the 26th June 2021. This notice details the award of 4 of these competitions, previous outcomes were detailed in the prior notice publication (2020/S 114-277986) The framework and subsequent call-off competitions have been procured via the light touch regime.",
"lots": [
{
"id": "1",
"description": "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 Authority has utilised the PSDF to procure the following range of services to meet The Authority's requirements that must be live on Day 1 of delivery which is the 26th June 2021: * Accommodation; * Education Training and Employment; * Personal Wellbeing (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion); * Personal Wellbeing Young Adults (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Young Adults Cohort) * Women's Services (Accommodation; Education Training and Employment; Finance Benefit and Debt; Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Women's Cohort) The initial approach was to procure for the following services at the following regional levels, depending on the requirements; * Accommodation procured at the National Probation Service regional level; * Education Training and Employment procured at the National Probation Service regional level; * Personal Wellbeing (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion) procured at Police and Crime Commissioner regional level;. * Personal Wellbeing Young Adults (Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Young Adults Cohort) procured at Police and Crime Commissioner regional level; * Women's Services (Accommodation; Education Training and Employment; Finance Benefit and Debt; Emotional Wellbeing; Lifestyle and Associates; Family and Significant Others; Social Inclusion; Women's Cohort) procured at Police and Crime Commissioner regional level; Only bidders that were qualified onto the PSDF within the appropriate financial thresholds, relevant regions and the appropriate service categories were invited to the Call-Off Competitions. All guidance on this is available within the PSDF Contract Notice and subsequent documentation. This Contract Award Notice details the award of 4 of these competitions, the prior award notice (2020/S 114-277986) published in April 2021, detailed the previously completed 89 competitions. It is likely that there will be additional services procured for Day 1, these outcomes will be published in due course through the appropriate channels. Additional information: Contract values are based on volumes which the customer may amend during the contract term. Figures stated in the contract notice reflect the Authority's volume estimates at the time of publication.",
"awardCriteria": {
"criteria": [
{
"name": "Specification Compliance",
"type": "quality",
"description": "Weighting: 3%"
},
{
"name": "Quality of Relationships and Engagement Network in the local landscape",
"type": "quality",
"description": "Weighting: 15%"
},
{
"name": "Quality of Staff",
"type": "quality",
"description": "Weighting: 5%"
},
{
"name": "Risk Management and Information Sharing",
"type": "quality",
"description": "Weighting: 6%"
},
{
"name": "Equalities",
"type": "quality",
"description": "Weighting: 10%"
},
{
"name": "Continuous Improvement",
"type": "quality",
"description": "Weighting: 3%"
},
{
"name": "Implementation",
"type": "quality",
"description": "Weighting: 10%"
},
{
"name": "Digital and Technology",
"type": "quality",
"description": "Weighting: 6%"
},
{
"name": "Service Enablers: 1) Digital & Technology; 2) Information Assurance and Cyber Security; 3) Workforce;",
"type": "quality",
"description": "1) 6% 2) 4% 3) 5%"
},
{
"name": "Service Enablers: 4) Pensions 5) Estates",
"type": "quality",
"description": "4) Pass/Fail 5) 5%"
},
{
"type": "price",
"description": "Price Per Quality Point"
}
]
},
"hasOptions": true,
"options": {
"description": "- The Authority reserved the right to exclude Tenders that did not achieve a total quality score of 60 per cent; - The Authority reserved the right to exclude tenders that did not meet specified individual question thresholds (thresholds varied depending on the competition); - Certain specific Call-Off Contracts have been awarded based on Highest Quality Conforming (HQC) tender; - Weightings varied from the above in some call off competitions; - The sub-requirements within each question varied, these were described in the Invitation to Tender, with response templates provided by the Authority. The specific Evaluation and Award Criteria for each competition were detailed in full in the procurement documents for each individual call off competition. The procurement documents are published on the Authority's esorcing portal."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33693300",
"description": "Addiction treatment"
},
{
"scheme": "CPV",
"id": "75110000",
"description": "General public services"
},
{
"scheme": "CPV",
"id": "75130000",
"description": "Supporting services for the government"
},
{
"scheme": "CPV",
"id": "75200000",
"description": "Provision of services to the community"
},
{
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
{
"scheme": "CPV",
"id": "75231200",
"description": "Services related to the detention or rehabilitation of criminals"
},
{
"scheme": "CPV",
"id": "75231230",
"description": "Prison services"
},
{
"scheme": "CPV",
"id": "75310000",
"description": "Benefit services"
},
{
"scheme": "CPV",
"id": "79611000",
"description": "Job search services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "80400000",
"description": "Adult and other education services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "80521000",
"description": "Training programme services"
},
{
"scheme": "CPV",
"id": "80530000",
"description": "Vocational training services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "85300000",
"description": "Social work and related services"
},
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
},
{
"scheme": "CPV",
"id": "85312400",
"description": "Welfare services not delivered through residential institutions"
},
{
"scheme": "CPV",
"id": "85312500",
"description": "Rehabilitation services"
},
{
"scheme": "CPV",
"id": "85312510",
"description": "Vocational rehabilitation services"
},
{
"scheme": "CPV",
"id": "85321000",
"description": "Administrative social services"
},
{
"scheme": "CPV",
"id": "85322000",
"description": "Community action programme"
},
{
"scheme": "CPV",
"id": "98341100",
"description": "Accommodation management services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "102 Petty France, London, SW1H 9AJ"
},
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "012102-2021-ITT_5058-1",
"relatedLots": [
"1"
],
"title": "Accommodation Services for South Central",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-15803",
"name": "Ingeus UK Limited"
}
]
},
{
"id": "012102-2021-ITT_5062-2",
"relatedLots": [
"1"
],
"title": "Education, Training and Employment for South Central",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-15803",
"name": "Ingeus UK Limited"
}
]
},
{
"id": "012102-2021-ITT_5059-3",
"relatedLots": [
"1"
],
"title": "Accommodation Services for London",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17968",
"name": "St Mungo Community Housing Association"
}
]
},
{
"id": "012102-2021-ITT_5060-4",
"relatedLots": [
"1"
],
"title": "Accommodation Services for Yorkshire and The Humber",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17969",
"name": "Shelter"
}
]
}
],
"parties": [
{
"id": "GB-FTS-138",
"name": "Ministry of Justice.",
"identifier": {
"legalName": "Ministry of Justice."
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02033343555",
"email": "ProbationDynamicFramework@justice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-15803",
"name": "Ingeus UK Limited",
"identifier": {
"legalName": "Ingeus UK Limited"
},
"address": {
"locality": "Greater London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17968",
"name": "St Mungo Community Housing Association",
"identifier": {
"legalName": "St Mungo Community Housing Association"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17969",
"name": "Shelter",
"identifier": {
"legalName": "Shelter"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-525",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-138",
"name": "Ministry of Justice."
},
"contracts": [
{
"id": "012102-2021-ITT_5058-1",
"awardID": "012102-2021-ITT_5058-1",
"title": "Accommodation Services for South Central",
"status": "active",
"value": {
"amount": 2362477,
"currency": "GBP"
},
"dateSigned": "2021-04-30T00:00:00+01:00"
},
{
"id": "012102-2021-ITT_5062-2",
"awardID": "012102-2021-ITT_5062-2",
"title": "Education, Training and Employment for South Central",
"status": "active",
"value": {
"amount": 2478188,
"currency": "GBP"
},
"dateSigned": "2021-04-30T00:00:00+01:00"
},
{
"id": "012102-2021-ITT_5059-3",
"awardID": "012102-2021-ITT_5059-3",
"title": "Accommodation Services for London",
"status": "active",
"value": {
"amount": 6995291.92,
"currency": "GBP"
},
"dateSigned": "2021-04-30T00:00:00+01:00"
},
{
"id": "012102-2021-ITT_5060-4",
"awardID": "012102-2021-ITT_5060-4",
"title": "Accommodation Services for Yorkshire and The Humber",
"status": "active",
"value": {
"amount": 5460692,
"currency": "GBP"
},
"dateSigned": "2021-04-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "7",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
},
{
"id": "8",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:277986-2020:TEXT:EN:HTML"
}
],
"language": "en"
}