MINISTRY OF JUSTICE has floated a tender for Contract notice: Probation services. The project location is United Kingdom and the tender is closing on 16 Dec 2019. The tender notice number is 544675-2019, while the TOT Ref Number is 38069155. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Probation services

Deadline : 16 Dec 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 38069155

Document Ref. No. : 544675-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF JUSTICE
Office Name: Ministry of Justice
Address: 102 Petty France
Town: London
Postal Code: SW1H 9AJ
Contact Point: Probation Commercial Team

Phone: +44 2033343555
United Kingdom
Email :probationapandupw@justice.gov.uk
URL :https://www.gov.uk/government/organisations/ministry-of-justice

Tender Details

Object of the contract
Probation services

Description: Contract notice: Probation services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Competitive procedure with negotiation
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 75231240, 75100000, 75110000, 75130000, 75200000, 75230000, 75231200, 75231210, 75231230, 75231240, 75240000, 79611000, 80000000, 80400000, 80500000, 80521000, 80530000, 85312300, 85312400, 85312500, 85312510, 85321000, 85322000, 75231240, 75100000, 75110000, 75130000, 75200000, 75230000, 75231200, 75231210, 75231230, 75240000, 79611000, 80000000, 80400000, 80500000, 80521000, 80530000, 85312300, 85312400, 85312500, 85312510, 85321000, 85322000, 03000000
CPV Description: Probation services.

Administration services.

General public services.

Supporting services for the government.

Provision of services to the community.

Justice services.

Services related to the detention or rehabilitation of criminals.

Imprisonment services.

Prison services.

Public security, law and order services.

Job search services.

Education and training services.

Adult and other education services.

Training services.

Training programme services.

Vocational training services.

Guidance and counselling services.

Welfare services not delivered through residential institutions.

Rehabilitation services.

Vocational rehabilitation services.

Administrative social services.

Community action programme.

Agricultural, farming, fishing, forestry and related products.

Probation Delivery Partner

Reference Number : prj_1784

The authority shall conduct this procurement in accordance with the `Light Touch Regime`. It includes a qualification stage and subsequent award stage comprising an invitation to tender, face to face meetings and best and final offers (BAFO). The authority reserves the right not to carry out the face to face meetings at its discretion.

Main Site : North East.

II.2.4) Description of the procurement:

The response to the public consultation `Strengthening Probation Building Confidence` was published on 16 May 2019 and outlines the new model for probation services in England and Wales:

O Responsibility for the management of all Service Users, whether low, medium or high-risk, will be held by the National Probation Service (NPS) in both England and Wales.

O Organisations will deliver interventions and rehabilitative services such as Unpaid Work (UPW), Accredited Programmes (APs) and other resettlement and rehabilitation activities. The Authority will procure those services via:

O A one-off procurement of Probation Delivery Partners (to be referred to as Suppliers) responsible for the delivery of APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours, which is the subject of this OJEU Contract Notice

O A Dynamic Framework for the delivery of all other resettlement and rehabilitation services which the Authority intends to advertise and procure separately.

For this procurement, there will be twelve (12) newly formed regions, eleven (11) in England and one in Wales. Each region will have a Supplier to provide APs, UPW and other structured interventions in the areas of emotional management, domestic abuse and attitude, thinking and behaviours. Each Supplier will be expected to provide all services (as defined more particularly in the draft contract documentation), working closely with the NPS.

Mandatory/Core services: delivery of Building Better Relationships (BBR) and Thinking Skills Programme (TSP); delivery of Unpaid Work requirements; delivery of the following Accredited Programmes in areas where they are currently delivered: Resolve, Drink Impaired Drivers Programme (DIDP), Building Skills for Recovery (BSR), Breaking Free Online; design and delivery of structured interventions in the areas of emotional management, domestic abuse and attitudes, thinking and behaviours (ATB).

The Authority may from time to time request that the Supplier provide optional services. These include but are not limited to: designing, testing and delivering of new interventions (including working with the Authority to achieve accreditation of that new intervention); delivery of additional Accredited Programmes; delivery of additional structured interventions in the areas of emotional management, attitude, thinking and behaviours (ATB) and domestic abuse.

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the "Light Touch Regime" (LTR). The procurement includes a qualification stage and subsequent award stage which include an Invitation to Tender, face to face meetings and Best and Final Offers (BAFO). The Authority reserves the right not to carry out the face to face meetings.

The Authority has conducted market engagement in relation to this procurement. To ensure fairness to all economic operators, the Authority will make available details of all information shared with the market via the eSourcing tool and has provided adequate timescales for SQ/tender submissions, and an extended clarification period.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

Selection criteria as stated in the procurement documents.

The Authority is using its electronic procurement portal, for this procurement. Documents are available only in electronic form, located at https://ministryofjusticecommercial.bravosolution.co.uk (the "eSourcing tool"). To gain access to the sourcing event on Bravo, Bidders must register the names of all contacts requiring access to the sourcing event. The Authority will only communicate with Bidders via the eSourcing tool.

Bidders may tender for more than one lot. Only one tender per lot is permitted, i.e. per lot, a Bidder can bid either as prime bidder OR as part of a consortium. It is permissible to be named as a subcontractor on multiple tenders (from multiple Bidders) per lot.

IMPORTANT NOTE: The Authority will award contracts based on the combined lowest price per quality point across lots, SUBJECT to the lot award tool, including the rules below on market share and financial standing. This results in the most economically advantageous position for the Authority on a national level, subject to these rules. There is a possibility therefore that a Bidder who provides the most economically advantageous tender for a single lot may not be awarded that lot if it would result in that Bidder failing the market share rule or if the Bidder could not comply with the financial standing rules. Accordingly, Bidders tendering for multiple lots will not have a choice over which lot they may be awarded.

Market Share Rule - The maximum a Bidder will be awarded as a lot or a combination of lots up to a maximum market share of 31 % as described in the ITT (subject to any exceptions set out in the ITT). The market share rule will be applied at a Bidder level and will be calculated as the total of:

a) market share of Bidder entity

b) market share of any entity in which the Bidder is a consortium member

c) market share of any entity in the same corporate group as a Bidder

Where a Bidder is a consortium comprising more than one entity and any one of those entities is also part of another Bidder, whether as a single entity or as part of another consortium, the rule is applied to the entity based on its shareholdings within each consortium. The proportionate share a Bidder holds in a consortium will be taken account of as part of the market share calculation.

Financial Standing Rule Bidders must have the minimum capital requirements specified in the ITT for each individual lot they bid for. If Bidders bid for more than one lot, they must meet these requirements for each lot they will be awarded.

Successful SQ applicants will join the Qualification List, which addresses lot failure during the procurement. If a lot does not receive any suitable tenders, the Authority will lift the market share rule for the failed lot and will invite Bidders on the Qualification List who meet the financial standing rule, to submit proposals via a mini-competition for the failed lot(s) on the same or substantially similar basis as the main procurement. Further details on the Qualification List are detailed within the ITT.

Following contract award, all Suppliers will join a Contingency Panel. In the event of contract failure in one or more lots (a Failed Lot), the Authority may choose to invite the Suppliers on the Contingency Panel to participate in a mini-competition for the Failed Lot. Further details are set out in the ITT.

In accordance with the Public Services (Social Value) Act 2012, the Authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, the Authority has taken this into account when designing the procurement.


Internet address (URL): https://www.gov.uk/government/organisations/ministry-of-justice

Documents

 Tender Notice