Award

Probation Services Dynamic Framework (PSDF) - Autism Support Services - Thames Valley

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Award

27 Jul 2022 at 10:09

Summary of the contracting process

The procurement process concerns the Ministry of Justice's awarding of a contract for the "Probation Services Dynamic Framework (PSDF) - Autism Support Services" in the Thames Valley region. This service falls under the probation services classification and is marked as complete. The contract, valued at £90,000 over an initial term of two years with an optional extension, was intended to provide specialised support for individuals on probation facing challenges related to autism and other neurological functions. The procurement was executed through a selective procedure, with the relevant award announced on 25th July 2022.

This tender presents significant opportunities for businesses specialising in rehabilitative and support services, particularly those with expertise in autism and neurological conditions. Service providers that focus on improving communication, social skills, and emotional wellbeing for individuals on probation would be well-positioned to compete in future similar tenders. The ability to demonstrate a comprehensive understanding of the local landscape and the specific needs of the target population will be crucial for success in this sector.

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) - Autism Support Services - Thames Valley

Notice 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 deliver a specialist service to individuals within the region, who may experience difficulties with; language and speech, motor skills, behaviour, memory, learning and other neurological functions, to be better equipped to comply with probation requirements.

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 Provider is expected to deliver interventions to people on probation that meet the specific needs of those, living with an Autistic Spectrum Condition. As needs will vary, the support to be provided shall include, but is not limited to one or more or the following: (a) Support to improve communication and social skills; (b) Support to improve the PoP's awareness of their own emotional state and wellbeing, and that of others; (c) Support to improve impulse control and/or make better social judgements; (d) Identification of appropriate strategies and coping mechanisms; (e) Ensuring the individual is better equipped to comply with probation requirements, adequately address their offending behaviour and engage in programmes (where applicable). Additional information: Full procurement documents are published on the Authority's esourcing portal including spec/criteria etc The contract length is 2 years with the option to extend for an additional +1 year +7 months. The initial contract term is PS45K per annum with an estimated PS45K per annum.

Options: - The Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 percent; - If a bidder scored less than 60 on question TC002, the Authority reserved the right to remove that Bidder from the competition.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03566a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020440-2022
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75231240 - Probation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£90,000 Under £100K

Notice Dates

Publication Date
27 Jul 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
24 Jul 20223 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
TLJ1 Berkshire, Buckinghamshire and Oxfordshire, TLJ12 Milton Keynes

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

THIRD SECTOR CONSORTIA LLP (3SC

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-03566a-2022-07-27T11:09:08+01:00",
    "date": "2022-07-27T11:09:08+01:00",
    "ocid": "ocds-h6vhtk-03566a",
    "description": "To note: This service shall be provided in the South Central Region (Thames Valley)",
    "initiationType": "tender",
    "tender": {
        "id": "prj_8435",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Probation Services Dynamic Framework (PSDF) - Autism Support Services - Thames Valley",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "75231240",
            "description": "Probation services"
        },
        "mainProcurementCategory": "services",
        "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 deliver a specialist service to individuals within the region, who may experience difficulties with; language and speech, motor skills, behaviour, memory, learning and other neurological functions, to be better equipped to comply with probation requirements.",
        "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 Provider is expected to deliver interventions to people on probation that meet the specific needs of those, living with an Autistic Spectrum Condition. As needs will vary, the support to be provided shall include, but is not limited to one or more or the following: (a) Support to improve communication and social skills; (b) Support to improve the PoP's awareness of their own emotional state and wellbeing, and that of others; (c) Support to improve impulse control and/or make better social judgements; (d) Identification of appropriate strategies and coping mechanisms; (e) Ensuring the individual is better equipped to comply with probation requirements, adequately address their offending behaviour and engage in programmes (where applicable). Additional information: Full procurement documents are published on the Authority's esourcing portal including spec/criteria etc The contract length is 2 years with the option to extend for an additional +1 year +7 months. The initial contract term is PS45K per annum with an estimated PS45K per annum.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Mandatory Declarations",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Service Delivery in the Local Landscape",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Delivering the Service to People on Probation",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "name": "How Workforce Delivers the Service",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Implementation",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "Highest Quality Conforming"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "- The Authority reserved the right to exclude tenders that did not achieve a total quality score of 60 percent; - If a bidder scored less than 60 on question TC002, the Authority reserved the right to remove that Bidder from the competition."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231240",
                        "description": "Probation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ1"
                    },
                    {
                        "region": "UKJ12"
                    }
                ],
                "deliveryLocation": {
                    "description": "Thames Valley"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "020440-2022-ITT_6092-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "description": "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."
            },
            "suppliers": [
                {
                    "id": "GB-FTS-59962",
                    "name": "Third Sector Consortia LLP (3SC)"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UKJ",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "ProbationDynamicFramework@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gove.uk/government/organisations/ministry-of-justice/about/procurement",
                "buyerProfile": "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-59962",
            "name": "Third Sector Consortia LLP (3SC)",
            "identifier": {
                "legalName": "Third Sector Consortia LLP (3SC)"
            },
            "address": {
                "locality": "Croydon",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-525",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "contracts": [
        {
            "id": "020440-2022-ITT_6092-1",
            "awardID": "020440-2022-ITT_6092-1",
            "status": "active",
            "value": {
                "amount": 90000,
                "currency": "GBP"
            },
            "dateSigned": "2022-07-25T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:277986-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}