Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice.
5 Wellington Place
Leeds
LS1 4AP
Kevin.McGilvray@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
NUTS code
UKE42 - Leeds
Internet address(es)
Main address
https://ministryofjusticecommercial.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
374710000
two.1.2) Main CPV code
- 15000000 - Food, beverages, tobacco and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
374710000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 15000000 - Food, beverages, tobacco and related products
- 15100000 - Animal products, meat and meat products
- 15200000 - Prepared and preserved fish
- 15300000 - Fruit, vegetables and related products
- 15400000 - Animal or vegetable oils and fats
- 15500000 - Dairy products
- 15800000 - Miscellaneous food products
- 15860000 - Coffee, tea and related products
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
Main site or place of performance
Multiple Retail Workshops geographically located across England and Wales providing a distribution service to the Prison Estate in England and Wales.
two.2.4) Description of the procurement
HM Prison and Probation Service (HMPPS) Prison Retail Service provides approximately 80,000 prisoners with the means to order goods (fresh and frozen food, ambient food and non-foods e.g. toiletries) using their own funds. The contract is a key operational service in maintaining a stable environment and supports the HMPPS decency agenda, which focuses on normalising aspects of prison life to prepare eligible prisoners for release.
The current solution is provided as part of a nationally managed service providing wholesale goods, logistics/fleet, rehabilitation of prisoners and the management of multiple workshops. At the time of the ITT there will be 18 prison workshops but this is expected to rise over term of contract; these are located within prisons and utilise a minimum of 520 prisoners to pick, pack and despatch an estimated 66,000 orders a week.
This project is looking at the re-procurement of the service and would like to hear from interested parties capable of providing the wholesale goods and/or the management of multiple workshops.
The primary objective of the service is to meet the demands of the paying customer, providing a range of goods at prices comparable to that of convenience store retailers and responsive to the changing population demographics and external influences (e.g. healthy eating campaigns).
The service aims to deliver orders in a timely, efficient manner while ensuring that prison security policies (national or local) are never contravened.
A key aim of the service is that it is self-financing and that the service overheads are covered through the cost of sales. The service must not exploit the customer (prisoner) population and instead should be an opportunity both to play a key role in the operation of a prison environment whilst providing opportunities for re-skilling and resettlement on release (e.g. job interviews, offers of work).
The information contained in this notice is indicative of current thinking and subject to change.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is provision for 24 months extension to contract. The contract if not extended will be re-advertised within 18 months of expiry.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 February 2021
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
250000000
six.4) Procedures for review
six.4.1) Review body
Ministry of justice
5 Wellington Place
Leeds
LS! 4AP
Country
United Kingdom