Opportunity

Screening & Assessment Tools and Associated Services

  • Ministry of Justice

F02: Contract notice

Notice reference: 2024/S 000-002951

Published 29 January 2024, 3:36pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

Stuart Taylor

Email

PES-ScreeningandAssessment@justice.gov.uk

Telephone

+44 07517498009

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.minstryofjusticecommercial.bravosolutions.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.minstryofjusticecommercial.bravosolutions.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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Screening & Assessment Tools and Associated Services

two.1.2) Main CPV code

  • 72212190 - Educational software development services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority invites Bidders to take part in this public procurement process for the provision of Screening & Assessment Tools and Associated Services, covering provision of Maths, English, Digital Skills and Reading and English as a Second Language (ESOL) and Additional Learning Needs for His Majesty’s Prison and Probation Service (HMPPS). The opportunity will be split in 4 lots as set out in this Contract Notice, with further information being contained in the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £9,807,952

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Maths English and Digital Skills

Lot No

1

two.2.2) Additional CPV code(s)

  • 48190000 - Educational software package
  • 72212210 - Networking software development services
  • 72212311 - Document management software development services
  • 72212517 - IT software development services
  • 72250000 - System and support services
  • 72253000 - Helpdesk and support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72267000 - Software maintenance and repair services
  • 72310000 - Data-processing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The English, Mathematics and Digital Skills Tools must accurately assess prisoner’s current skills and ability under the following outcomes: 

Pre-entry level

Entry level 1 

Entry level 2 

Entry level 3 

Level 1 

Level 2 or higher 

Further information on the scope of this lot is set out in the procurement documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,451,987.90

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

This initial Term will be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (a maximum duration of 7 years)

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

two.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

Reading

Lot No

2

two.2.2) Additional CPV code(s)

  • 48190000 - Educational software package
  • 72212190 - Educational software development services
  • 72212210 - Networking software development services
  • 72212311 - Document management software development services
  • 72212517 - IT software development services
  • 72250000 - System and support services
  • 72253000 - Helpdesk and support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72267000 - Software maintenance and repair services
  • 72310000 - Data-processing services
  • 72322000 - Data management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Reading Tool must accurately identify gaps in a prisoner’s reading ability covering comprehension, reading fluency and phonological awareness and must indicate a reading level/score and level of reading support required to progress their ability to read.

Reading assessments can be partly digital but must include interaction with and assessment outcomes determined by screening and assessment delivery staff

Further information on the scope of this lot is set out in the procurement documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,451,987.90

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

This initial Term will be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (a maximum duration of 7 years)

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

two.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

ESOL

Lot No

3

two.2.2) Additional CPV code(s)

  • 48190000 - Educational software package
  • 72212190 - Educational software development services
  • 72212210 - Networking software development services
  • 72212311 - Document management software development services
  • 72212517 - IT software development services
  • 72250000 - System and support services
  • 72253000 - Helpdesk and support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72267000 - Software maintenance and repair services
  • 72310000 - Data-processing services
  • 72322000 - Data management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The ESOL Tool (a new element) must accurately identify any gaps in a prisoner’s ability to read, write, speak and understand English, written and spoken language, in line with National Standards. The tool must also indicate the level of support required to enable progression.

ESOL assessments can be partly digital but should include interaction with and reading assessment outcomes determined by screening and assessment delivery staff

Further information on the scope of this lot is set out in the procurement documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,451,987.90

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

This initial Term will run be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (maximum duration of 7 years)

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

two.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

Additional Learning Needs

Lot No

4

two.2.2) Additional CPV code(s)

  • 48190000 - Educational software package
  • 72212190 - Educational software development services
  • 72212210 - Networking software development services
  • 72212311 - Document management software development services
  • 72212517 - IT software development services
  • 72231000 - Development of software for military applications
  • 72250000 - System and support services
  • 72253000 - Helpdesk and support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72267000 - Software maintenance and repair services
  • 72322000 - Data management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Additional Learning Needs Indicator Tool must Identify areas of potential:

Communication and Interaction need.

Cognition and Learning need.

Social, Emotional and Mental Health difficulties.

Physical and/or Sensory Needs.

In addition to identifying areas of potential additional learning need also identify strengths, all contributing to the process of making reasonable adjustments.

Produce results that can inform and support processes of additional needs support planning within a whole prison approach including prison inductions, education, and the wider prison regime.

Further information on the scope of this lot is set out in the procurement documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,451,987.90

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

This initial Term will be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (maximum duration of 7 years)

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

two.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the Invitation to Tender and supporting documentation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per the Invitation to Tender and supporting documentation

Minimum level(s) of standards possibly required

As per the Invitation to Tender and supporting documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per the Invitation to Tender and supporting documentation

Minimum level(s) of standards possibly required

As per the Invitation to Tender and supporting documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The successful bidder may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain initiatives. Contract conditions may relate to these considerations.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-014118

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 February 2024

Local time

5:00pm

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

Tender must be valid until: 1 March 2025

four.2.7) Conditions for opening of tenders

Date

15 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Initial Expressions of interest must be by way of registering on Bravo Solutions and expressing an interest in the Screening & Assessment project in order to be issued an NDA. Alternatively a copy of the NDA can be requested by email from PES-ScreeningandAssessment@justice.gov.uk. Access to the project documentation will only be granted upon the Authority receiving a duly signed NDA. Completion and submission of the Standard Selection Questionnaire (in accordance with the requirements set out in the ITT) and Tender by the date and time specified in Section IV2.2 will warrant a bid for this opportunity. The Authority reserves the right not to accept bids that are received after the deadline. Bidders are encouraged to return their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A2LL

Country

United Kingdom