Offender Intervention

Planned

Buyers

Value

£0

Classifications

  • Health and social work services

Tags

  • planning

Published

1 day ago

Description

The Police and Crime Commissioner for South Wales and His Majesty's Prison and Probation service Wales are seeking to commission a Justice Integrated Partnership service provision for Cardiff and the Vale of Glamorgan, Cwm Taf Morgannwg and the public sector prisons of His Majesty's Prison, Cardiff and HMP Usk/Prescoed. 
The Commissioner for South Wales is seeking Contractor(s) to provide a service, which will assess, engage and divert individual offenders out of crime and into appropriate levels of interventions, support the reduction of drug and alcohol related misuse and reduce levels of offending in accordance with; 
•	Commissioner's Police, Crime and Justice Plan, 
•	HMPPS priorities, 
•	the Wales Reducing Re-offending Strategy, His Majesty's Inspectorate of Prisons, 
•	His Majesty's Inspectorate of Constabulary reports, 
•	Integrated Offender Management Cymru Strategic Framework and Delivery Manual.  
The Contractor(s) shall ensure the service will identify and consider the barriers that individuals, or groups, may face in engaging with such services and mitigate these to ensure equity of service.
Whilst the Commissioner is the sole contractual party, the Contractor is required to develop and sustain close working relationships with a number of other organisations in order to provide an effective service throughout the contract period. Such organisations shall include the:
•	Area Planning Boards for substance misuse in Cardiff and Vale and Cwm Morgannwg
•	HMPPS, His Majesty's Courts and Tribunals service HMCTS
•	South Wales Police 
•	the Local Health Boards, Local Authorities
•	Housing providers
•	other substance use services in Wales and 
•	others named or referred to throughout this Specification.
The Contractor shall provide the service in accordance with the:
•	Welsh Government Substance Misuse Treatment Frameworks
•	the objectives of South Wales Criminal Justice Board
•	HMPPS in Wales Reducing Reoffending Plan. 
The Contractor shall provide assessment, diversion and engagement service to adults, whose offending behaviour or criminogenic need is linked to alcohol and/or drug use, within Police custody suites, courts, community and the prison estate who do, or would normally be expected to*, reside within the following unitary local authority areas of South Wales, namely:
•	Bridgend
•	Cardiff
•	Vale of Glamorgan
•	Rhondda Cynon Taf
•	Merthyr Tydfil
(*NB - currently in the prison estate within the UK and returning to South Wales upon release, or those currently having no fixed /settled address but rough sleeping/staying within the area)
The Contractor shall deliver the service in two activity areas:
Criminal Justice Assessment and Engagement service, which shall include:
•	Custody suites and courts
•	Prison
 Criminal Justice Community Treatment and Support Provisions, which shall include:
•	Statutory drug rehabilitation requirement, alcohol treatment requirement and other treatment related mandatory supervision requirements 
•	Individuals leaving prison who have licence conditions to attend a substance use treatment service, comply with drug testing and / or are in receipt of opioid substitution treatment on release.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Functional Assessment Clinical Assurance and Training Services (FACATS)

The Authority intends to award a public contract under section 19 of the Procurement Act 2023 (“PA 2023”). This procurement for the award of that public contract is being conducted as an open procedure in accordance with sections 20(1) and 20(2)(a) of PA 2023 for the award of a light touch contract in accordance with section 9 of PA 2023. Overview DWP commissions the provision of circa 2 million Assessments per year, which are conducted on behalf of DWP by Healthcare Professionals (HPs) employed by suppliers that were awarded Functional Assessment Service (FAS) Contracts (FAS Providers). These Assessments are used to help determine eligibility to certain disability related benefits including Personal Independence Payment (PIP), Universal Credit (UC), Employment Support Allowance (ESA) and other Specialist Benefits. The FAS Providers employ approximately 5,000 HPs to conduct Assessments on behalf of the DWP. To conduct Assessments, HPs are required to have appropriate knowledge of the clinical aspects and the functional effects of a wide range of health conditions and disabilities as well as specific knowledge of how to conduct the Assessments and the related policy. DWP owns a suite of benefit-related clinical Core Training and Guidance Materials (CTGM). The CTGM currently comprises a total of approximately 700 documents with a total of circa 30,000 pages. The CTGM is broken down into two categories, namely: a) CTGM relating to carrying out Assessments which accounts for the vast majority of documents. In addition to providing the guidance to HPs and Authority Clinicians when conducting Assessments, FAS Providers are also required to use the CTGM to inform and develop training programmes and associated materials for their circa 5,000 HPs. b) There are several CTGM documents for use by Authority Decision Makers. This category of CTGM includes guidance for Authority Decision Makers who determine eligibility for Attendance Allowance and Disability Living Allowance for Children. In addition, DWP engages approximately 200 Authority Clinicians who will also use the CTGM for reference. DWP is committed to ensuring clinical CTGM is annually reviewed and of the highest quality, evidence based, in-line with best practice and free from bias. The Authority currently anticipates awarding a contract for the services (as further described below) for an initial period of 36 months with an option (at the Authority’s discretion and subject to governance approval, available funding and satisfactory performance) for the Authority to extend the contract for a further period of up to 12 months by giving the Supplier written notice of no less than 20 Working Days before the initial term of the Contract expires. Contract subject-matter The following Services form the overall scope of Services required by the Authority under this procurement: a) Clinical QA Service - carrying out a review of the CTGM; b) Annual Clinical Training Course Service - delivering an annual clinical training course; c) Educational CPD Materials Service - developing educational CPD materials. The above Services are required to be delivered in accordance with: a) the relevant sections of the Specification, which is set out in Appendix B of the ITS; b) the relevant Service Levels, as set out in Appendix C of the ITS; and c) the terms and conditions of the Contract, for which a draft is set out in Appendix D of the ITS. The Authority has considered whether the FACATS Services could reasonably be supplied under more than one contract by dividing the procurement into lots. The Authority has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement. The Services will be supplied under one contract. Weightings for the Technical Qualitative Questions: The weightings for Technical Qualitative Questions apply to the overall question and the Supplier should ensure any areas highlighted by the bullet points are covered within the overall response. No individual bullet point has a separate weighting and, subsequently, does not have a greater or lesser impact on the overall question, which will be assessed as a whole. Information will be evaluated against the pre-determined criteria as stated in the ITS. Suppliers' Tender Responses will be scored in accordance with the scoring criteria set out below. The score awarded for each question (in accordance with the scoring methodology detailed in paragraph 168 of the ITS) will be converted to a percentage score (in accordance with the question’s respective weighting shown in the table in paragraph 173 of the ITS) to give a total score using the following formula: Percentage score % = (Score awarded / Maximum score) x Percentage weighting Example: If a Supplier is awarded a score of 7 (Good) for Question 1, the percentage score awarded for that question will be: Percentage score % = (7/10) x 22.5% = 15.75% The maximum score available in respect of the Technical Qualitative Questions is 70%. The different weightings reflect the relative importance of each question to the Authority. Example CTGM documents: The Authority will provide copies of example CTGM documents (as listed in Appendix N to the ITS), to aid Suppliers in understanding the variation in content and size of individual CTGM documents. Due to CTGM documents being classified as Official and containing some information that is confidential, it is a requirement of the Authority that a Supplier completes and signs the Non-Disclosure Agreement (set out in Appendix O to the ITS) as a prerequisite of receiving the example CTGM documents listed in Appendix N.

Katy Reed

Published 1 hour ago
Open

Extension of existing Dynamic Purchasing System (DPS) for Care and Support Services for people with Learning Disabilities.

This is the second extension for the Council's Dynamic Purchasing System (DPS) for its ongoing provision of care and support services for adults with learning disabilities aged 18 and over. The DPS is divided into the following Lots: • Lot 1a - Moderate to severe learning disabilities - Care & Support • Lot 1b - Moderate to severe learning disabilities - Care & Support with Accommodation • Lot 2a - Profound and multiple learning disabilities and /or complex health needs - Care & Support • Lot 2b - Profound and multiple learning disabilities and /or complex health needs - Care & Support with Accommodation • Lot 3a - Learning disabilities and behaviour that challenges and/or mental health issues - Care & Support • Lot 3b - Learning disabilities and behaviour that challenges and/or mental health issues - Care & Support with Accommodation Therefore, the Authority is extending the validity of its existing DPS for a further 39 months starting from 9 November 2025 until 23 February 2029. Please note that organisations can apply to join the Council's DPS at any time during its validity if they satisfy the selection criteria and none of the grounds for exclusion apply. If an organisation admitted to the DPS ceases to satisfy the Council's selection requirements it is likely that it may be excluded or suspended from taking part in any competition. If an admitted organisation fails one of the grounds for exclusion during the validity of the DPS the Council may be required to remove the supplier from the DPS. For previous information regarding this DPS, please refer to the original OJEU Contract Notice reference: 2018/S 124-282380, URL: https://ted.europa.eu/udl?uri=TED:NOTICE:282380-2018:TEXT:EN:HTML and 2023/S 000-027896, URL: https://www.find-tender.service.gov.uk/Notice/027896-2023 For the avoidance of doubt, those providers that are already on the existing DPS do not need to respond to this contract notice as they are already admitted on their respective Lots.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline planned