Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Probation Services Dynamic Framework

  • Cyhoeddwyd gyntaf: 15 Mehefin 2020
  • Wedi'i addasu ddiwethaf: 15 Mehefin 2020

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Ministry of Justice
ID Awudurdod:
AA25231
Dyddiad cyhoeddi:
15 Mehefin 2020
Dyddiad Cau:
10 Mehefin 2027
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The DF will be established to allow the Authority and Participating Bodies to purchase services to deliver rehabilitative and resettlement Interventions. Bidders must pass the selection questionnaire (SQ) to sign the framework agreement and be appointed to the DF. Once appointed, they will be invited to call-off competitions where they are qualified in the relevant service categories and have indicated they would be able to deliver services in the relevant geographical locations.

Over the DF term, the Authority and Participating Bodies can commission or co-commission services which meet the specific and emerging needs within their locality and for service users not directly under probation supervision.

Interventions fall under fourteen (14) DF Service Categories:

(a) accommodation

(b) education, training and employment (‘ETE’)

(c) finance, benefits and debt (‘FBD’)

(d) dependency and recovery

(e) family and significant others

(f) lifestyle and associates

(g) emotional wellbeing

(h) social inclusion

(i) women (this is a ‘cohort’ service category)

(j) young adults (18-25 years old) (this is a ‘cohort’ service category)

(k) black, asian, minority ethnic (this is a ‘cohort’ service category)

(l) restorative justice

(m) cognitive and behavioural change

(n) service user involvement.

It is anticipated that the Authority will procure services to be operational from day one (1) (currently expected to be in June 2021), known as day 1 services. The first call-off contracts will be placed by the Authority via day 1 call-off competitions detailed below. These will focus on interventions to provide support for service users subject to court orders and custodial sentences from pre-release through post-release licence and post sentence supervision to reduce re-offending.

Day 1 call-off competitions are anticipated to be:

(a) call-off competitions with a single service category (run across one or more Geographical Locations); or

(b) call-off competitions which combines two or more service categories (run across one or more Geographical Locations) (Multi Service Category Call-Off Competition).

The day 1 services call-off competitions are anticipated to be for some or all of the following service categories; the Authority currently intends to combine Service Categories (e),(f),(g),(h) into a multi service category call-off competition

• accommodation

• ETE

• FBD

• dependency and recovery.

• lifestyle and associates

• emotional wellbeing

• family and significant others

• social inclusion

• young adults (Wales only) (covering service categories (e), (f), (g) and (h) above)

• women’s services (covering service categories (a) – (h) above).

The DF will operate as an open panel to which eligible suppliers can qualify, providing they meet the qualification criteria, during its term. There is no upper limit on the number of providers who can qualify. Suppliers must qualify for individual service categories.

There will be the option for call-off contracts to be awarded on a national, regional or local level. Suppliers select all the geographical location(s) where they wish to be invited to call-offs for from a predefined list. Suppliers can amend their preferences throughout the term of the DF. The authority reserves the right to promote grant opportunities through the DF to be awarded under separate procedures and not subject to the PCR.

The DF will be available to other Participating Bodies. These include:

• HM Prison and probation service

• national probation service

• HM Prison and probation service Wales

• HM Prisons in England and Wales

• Central Government departments (e.g DWP), their agencies and NDPBs

• Welsh Government

• Police and Crime Commissioners

• Mayor’s Office for Policing and Crime (MO

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Ministry of Justice

102 Petty France

London

SW1H 9AJ

UK

Ffôn: +44 2033343555

E-bost: probationdynamicframework@justice.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/ministry-of-justice

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Probation Services Dynamic Framework

II.1.2) Prif god CPV

75231240

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Ministry of Justice (the ‘Authority’) conducts this procurement under the ‘Light Touch Regime’. The Authority seeks to establish a probation services dynamic framework (‘DF’) to purchase services to deliver rehabilitation and resettlement interventions. The DF contains 14 ‘Service Categories’ based on service user needs, cohorts and restorative justice. Interventions will be delivered via call-off contracts let by the Authority and other public sector commissioners (‘Participating Bodies’) at different geographical levels in England and Wales. Suppliers can qualify onto the DF throughout its term. The number of suppliers that can be appointed to the DF is unlimited. Interventions should build skills; respond to individual needs; secure clear outcomes and fulfil the objectives of the Public Services (Social Value) Act 2012. Call-Off Contract lengths will be proportionate to the services being delivered.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 000 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

33693300

75110000

75130000

75200000

75230000

75231200

75231230

75310000

79611000

80000000

80400000

80500000

80521000

80530000

85000000

85300000

85312300

85312400

85312500

85312510

85321000

85322000

98341100

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The DF will be established to allow the Authority and Participating Bodies to purchase services to deliver rehabilitative and resettlement Interventions. Bidders must pass the selection questionnaire (SQ) to sign the framework agreement and be appointed to the DF. Once appointed, they will be invited to call-off competitions where they are qualified in the relevant service categories and have indicated they would be able to deliver services in the relevant geographical locations.

Over the DF term, the Authority and Participating Bodies can commission or co-commission services which meet the specific and emerging needs within their locality and for service users not directly under probation supervision.

Interventions fall under fourteen (14) DF Service Categories:

(a) accommodation

(b) education, training and employment (‘ETE’)

(c) finance, benefits and debt (‘FBD’)

(d) dependency and recovery

(e) family and significant others

(f) lifestyle and associates

(g) emotional wellbeing

(h) social inclusion

(i) women (this is a ‘cohort’ service category)

(j) young adults (18-25 years old) (this is a ‘cohort’ service category)

(k) black, asian, minority ethnic (this is a ‘cohort’ service category)

(l) restorative justice

(m) cognitive and behavioural change

(n) service user involvement.

It is anticipated that the Authority will procure services to be operational from day one (1) (currently expected to be in June 2021), known as day 1 services. The first call-off contracts will be placed by the Authority via day 1 call-off competitions detailed below. These will focus on interventions to provide support for service users subject to court orders and custodial sentences from pre-release through post-release licence and post sentence supervision to reduce re-offending.

Day 1 call-off competitions are anticipated to be:

(a) call-off competitions with a single service category (run across one or more Geographical Locations); or

(b) call-off competitions which combines two or more service categories (run across one or more Geographical Locations) (Multi Service Category Call-Off Competition).

The day 1 services call-off competitions are anticipated to be for some or all of the following service categories; the Authority currently intends to combine Service Categories (e),(f),(g),(h) into a multi service category call-off competition

• accommodation

• ETE

• FBD

• dependency and recovery.

• lifestyle and associates

• emotional wellbeing

• family and significant others

• social inclusion

• young adults (Wales only) (covering service categories (e), (f), (g) and (h) above)

• women’s services (covering service categories (a) – (h) above).

The DF will operate as an open panel to which eligible suppliers can qualify, providing they meet the qualification criteria, during its term. There is no upper limit on the number of providers who can qualify. Suppliers must qualify for individual service categories.

There will be the option for call-off contracts to be awarded on a national, regional or local level. Suppliers select all the geographical location(s) where they wish to be invited to call-offs for from a predefined list. Suppliers can amend their preferences throughout the term of the DF. The authority reserves the right to promote grant opportunities through the DF to be awarded under separate procedures and not subject to the PCR.

The DF will be available to other Participating Bodies. These include:

• HM Prison and probation service

• national probation service

• HM Prison and probation service Wales

• HM Prisons in England and Wales

• Central Government departments (e.g DWP), their agencies and NDPBs

• Welsh Government

• Police and Crime Commissioners

• Mayor’s Office for Policing and Crime (MOPAC)

• Greater Manchester Combined Authority (GMCA) and other combined authorities in England and Wales

• Health Authorities in England and Wales (including NHS, Public Health England, HMPPS Substance misuse team)

• All Local Authorities in England and Wales.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 000 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The DF term is 7 years and may be extended up to three times for additional periods of 12 months each time (in accordance with the terms of the DF and at the authority’s discretion).

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The DF term is 7 years and may be extended up to three times for additional periods of 12 months each time (in accordance with the terms of the DF and at the authority’s discretion).

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Ydy

II.2.14) Gwybodaeth ychwanegol

See documents ITP A and B for important information and rules on bidding models and supply chain. Consortium bidders must go on to form a special purpose vehicle (SPV) in order to be appointed to the framework agreement for the delivery of services. The Authority reserves the right to apply indexation to the economic and financial standing thresholds applied at SQ stage over the term of the DF.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

N/A

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Contract performance conditions as stated in the procurement documents.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: This is a framework under the Light Touch Regime.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2019/S 096-232054

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 10/06/2027

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

The majority of the services within scope of the DF are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so, pursuant to Regulation 74 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 DF 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.

The Authority is using an electronic sourcing portal (‘eSourcing System’), for the procurement. The Invitation to Participate (ITP), which contains the SQ, is available only in electronic format via the eSourcing System Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the eSourcing System. The Authority will not contact bidders through any other route.

Qualification for the DF will be an ongoing process throughout the DF term. Suppliers who are unsuccessful in qualifying onto a DF Service Category are permitted three attempts to qualify per service category; if unsuccessful on a third attempt, suppliers will not be permitted to attempt to requalify until a 6 month period has passed from their third submission. This cycle will be repeated as detailed in ITP Part A. All bidders who pass the SQ stage will secure a place on the DF and sign the framework agreement with the Authority. Occasionally, the Authority or a Participating Body may require certain selection criteria (e.g. ISO accreditation or financial tests) which were not tested at SQ stage. Participating Bodies will act proportionately in such instances, and allow sufficient time in their Call-Off Competition for suppliers to be able to compete on a fair basis.

The Crown Commercial Service (CCS) requires tender documentation issued by government departments for contracts exceeding GBP 10 000 over the life of contract are published online at https://www.gov.uk/contracts-finder for the general public. Call-off contracts awarded as a result of this procurement will be published on this website on a quarterly basis, subject to the statutory grounds for redaction as set out in the FOI Act 2000.

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 subject matter of the DF and call-off contracts have been scoped to take this into account. These priorities will be reflected in the award evaluation criteria for call-off contracts, to the extent that the Authority and Participating Bodies consider it relevant and proportionate to the subject matter of the Call-off contracts.

The Authority is not committed to any course of action as a result of this notice. It is not liable for any costs incurred including in respect of expressing an interest or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement (or any part of it) at its own discretion. The Authority reserves the right to directly award a call-off contract under PCR Regulation 32 where there is a call-off competition failure.

Important note: This contract notice must be read in full. Suppliers are reminded that participation in this procurement (including any subsequent call-off competitions) will be subject to the terms and conditions set out in the procurement documents and the eSourcing System.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

11/06/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
75200000 Darparu gwasanaethau i’r gymuned Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
80000000 Gwasanaethau addysg a hyfforddiant Addysg
80400000 Gwasanaethau addysg oedolion a gwasanaethau addysg eraill Gwasanaethau addysg a hyfforddiant
85312500 Gwasanaethau adsefydlu Gwasanaethau gwaith cymdeithasol heb lety
85312510 Gwasanaethau adsefydlu galwedigaethol Gwasanaethau gwaith cymdeithasol heb lety
75130000 Gwasanaethau ategol ar gyfer y llywodraeth Gwasanaethau gweinyddu
75310000 Gwasanaethau budd-daliadau Gwasanaethau nawdd cymdeithasol gorfodol
75231230 Gwasanaethau carchar Gwasanaethau barnwrol
79611000 Gwasanaethau chwilio am swydd Gwasanaethau lleoli personél
85312300 Gwasanaethau cyfarwyddyd a chwnsela Gwasanaethau gwaith cymdeithasol heb lety
75230000 Gwasanaethau cyfiawnder Darparu gwasanaethau i’r gymuned
75110000 Gwasanaethau cyhoeddus cyffredinol Gwasanaethau gweinyddu
85321000 Gwasanaethau cymdeithasol gweinyddol Gwasanaethau cymdeithasol
85300000 Gwasanaethau gwaith cymdeithasol a gwasanaethau cysylltiedig Gwasanaethau iechyd a gwaith cymdeithasol
80500000 Gwasanaethau hyfforddi Gwasanaethau addysg a hyfforddiant
80530000 Gwasanaethau hyfforddiant galwedigaethol Gwasanaethau hyfforddi
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill
85312400 Gwasanaethau lles na chânt eu darparu drwy sefydliadau preswyl Gwasanaethau gwaith cymdeithasol heb lety
75231240 Gwasanaethau prawf Gwasanaethau barnwrol
80521000 Gwasanaethau rhaglenni hyfforddi Cyfleusterau hyfforddi
98341100 Gwasanaethau rheoli llety Gwasanaethau llety
75231200 Gwasanaethau sy’n gysylltiedig â chadw neu adsefydlu troseddwyr Gwasanaethau barnwrol
85322000 Rhaglen gweithredu cymunedol Gwasanaethau cymdeithasol
33693300 Triniaeth caethiwed Cynhyrchion therapiwtig eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
probationdynamicframework@justice.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.