Forensic Psychology Reporting Services for National Offender Management Service
Public Sector prisons in England and Wales require the services of suitably qualified and experienced Chartered Forensic Psychologists to provide risk assessment services for indeterminate and life sentenced prisoners. Services will be required on an ad hoc basis to support work usually undertaken by Prison Service staff.
Provision of Forensic Psychology reporting services within the National Offender Management Service (NOMS)
Reference number: 2894-2 Reducing Reoffending-SE-RFP
Deadline date:04/12/2013
This deadline is for… The submission of proposals
Contract value:£0 – £1,660,000
Location where the contract is to be carried out: United Kingdom England and Wales only
Is this suitable for smaller suppliers? Yes
Is this contract suitable for a voluntary, community and social enterprise organisations? Yes
Name of the buying organisation: Ministry of Justice (MoJ) Procurement – CMT L&SE
Description of the contract
Public Sector prisons in England and Wales require the services of suitably qualified and experienced Chartered Forensic Psychologists to provide risk assessment services for indeterminate and life sentenced prisoners. Services will be required on an ad hoc basis to support work usually undertaken by Prison Service staff. Psychological Services are provided throughout NOMS in both custody and community. The services vary and on occasions the demand for services can outstrip the internal supply also, some services require commissioning due to their very specialist nature. Providers will be required to deliver high quality forensic psychological services to support the provision of such within the prisons. The providers will work closely with the in-house and/or regional psychological service teams. The Authority is seeking to procure services in eleven (11) geographical regions, which will include High Security (Category A) prisons, and enter into Framework Agreement(s) of three years in duration (with the option to extend for one further and final year) with qualified provider(s). Service provision will be delivered in public sector prisons. Providers may compete to deliver these services in one or more of the regions listed below. The eleven prison Regions are: North East Yorkshire North West West Midlands Wales South West East Midlands East of England Greater London South Central Kent & Sussex. A Framework Agreement is a contractual vehicle that allows purchasers to order goods or services (in this case services) under the terms and conditions specified in that Framework Agreement (i.e. it provides a mechanism for enabling further competitions for specified services when a prison, or group of prisons, have a requirement which falls within the scope of the framework). In setting up this Framework Agreement, MoJ Procurement has undertaken a full procurement exercise in accordance with EU Directives. The evaluation criteria used in this competition has been designed to ensure that the resulting Framework Agreement(s) are awarded to provider(s) submitting the most economically advantageous tenders, taking into account attributes including, but not limited to price, quality and capability Each Framework Agreement will have a number of providers (minimum of 1, or 3 or more with a maximum of 6).
Documents
Classification of the contract
75231200 Services related to the detention or rehabilitation of criminals
Additional information
Contract type: Services – Unspecified
Is it a framework agreement? Yes
Framework agreement details: setting up a framework agreement
Is this contract related to a programme of funding? No
Contract will be awarded based on: Most economically advantageous tender in terms of: The criteria stated in the contract documents
Estimated length of contract: 48 Months
Who to contact
Contact name David Price
Organisation name Ministry of Justice (MoJ)
Address NOMS Procurement Group, 2nd Floor, Clive House, 70 Petty France, London, London, SW1H 9HD
Telephone 03000476727
Extension number:
Fax
Web address