Opportunity

374710000

  • Ministry of Justice.

F02: Contract notice

Notice reference: 2021/S 000-000166

Published 5 January 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice.

5 Wellington Place

Leeds

LS1 4AP

Email

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