Notice Information
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.
Notice Details
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
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
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire, TLJ12 Milton Keynes
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice URLs
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-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"
}