Award

Probation Services Dynamic Framework (PSDF) - Additional Day 1 Services

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Award

28 May 2021 at 21:45

Summary of the contracting process

The Ministry of Justice is conducting a procurement process titled "Probation Services Dynamic Framework (PSDF) - Additional Day 1 Services" within the public services industry in the UK. This procurement is currently in the Award stage, following the completion of a selective tendering process under the Light Touch Regime. The services are expected to be delivered starting from 26th June 2021, with relevant awards having been announced on 30th April 2021. The framework, which aims to support interventions for individuals serving court orders or custodial sentences, covers various services including accommodation, education, and personal wellbeing, and involves a number of delivery addresses across the UK.

This tender presents significant opportunities for businesses focused on rehabilitation, social services, education, and community support. Companies with capabilities in providing accommodation services, employment training, and support for vulnerable populations will find themselves well-positioned to compete. The framework allows for the participation of multiple suppliers, with past awards reflecting a diverse range of successful bidders, indicating an inclusive market approach that encourages a broad array of service providers to contribute towards reducing re-offending rates.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
3
Supplier Names

INGEUS

SHELTER

ST MUNGO COMMUNITY HOUSING ASSOCIATION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}