Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Telephone
+44 02033343555
Country
United Kingdom
Region code
UKL - Wales
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
Buyer's address
www.gov.uk/government/organisations/ministry-of-justice/about/procurement
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.gov.uk/government/organisations/ministry-of-justice
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/web/login.html
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
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital Content Innovation Fund
Reference number
prj_8915
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is looking for Bidders who can:
• Providing hard to reach prisoners with increased education skills via digital content
Applicable to both Lots.
Digital resources which provide evidence of the skills/knowledge that a learner has learnt by interacting with the content
A selection of content which contributes to a more engaging and agile way of delivering education digitally
Provide solutions which could help prisoners to engage in education independently from their cells as well as in formal classroom settings.
A selection of content which contributes to a more engaging and agile way of delivering education digitally
Provide digital content which makes use of innovative techniques like those used in mainstream Further Education, such as gamification, to drive engagement from learners who would not usually engage in traditional forms of education.
two.1.5) Estimated total value
Value excluding VAT: £1,750,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders will have the option bid for either Lot 1(reading) or Lot 2 (other education topics). Bids can be accepted for both lots from the same supplier providing it meets the stated requirements.
two.2) Description
two.2.1) Title
Lot No
Lot 1 - Reading - Digital Literacy Content
two.2.2) Additional CPV code(s)
- 75231200 - Services related to the detention or rehabilitation of criminals
- 80000000 - Education and training services
- 80400000 - Adult and other education services
- 80420000 - E-learning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
HMPPS sites
two.2.4) Description of the procurement
Lot 1: to provide high-quality digital resources which teach learners the skills to read, and which teaches the skills needed to help other people learn to read which will allow learners in prison the opportunity to improve their reading capabilities digitally
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: £875,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
25
This contract is subject to renewal
No
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) Description
two.2.1) Title
Lot No
Lot 2 - Other Education Digital Content
two.2.2) Additional CPV code(s)
- 75231200 - Services related to the detention or rehabilitation of criminals
- 80000000 - Education and training services
- 80400000 - Adult and other education services
- 80420000 - E-learning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
HMPPS sites
two.2.4) Description of the procurement
Lot 2: to provide high-quality digital content for a range of subjects and topics which provide learners the opportunity to improve their skills and/or knowledge. The range of subjects will not be specified but should be agreed between the buyer and the supplier and should be focused away from core provision (English & maths) on other areas of education, skills and work and should not duplicate existing content.
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: £875,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
25
This contract is subject to renewal
No
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.2.2) Contract performance conditions
Contract performance conditions as stated in the procurement documents.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
27 March 2023
Local time
12:00pm
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
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 March 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The Authority reserves the right to extend this contract for a maximum of 24 months.
six.3) Additional information
Procurement procedure:
This requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. Under the Light Touch Regime, the Authority is not obliged to observe the full requirements of the Regulations, including the detailed rules and timescales applicable to the procurement procedures covered by the Regulations. This is irrespective of the use of this standard notice (the Authority is unable to use the Light Touch Regime notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement.
The eSourcing Portal and procurement documents:
The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITT, which is comprised of a number of volumes, is available only in electronic format via the eSourcing Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the
eSourcing Portal.
Award of contract:
The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest, participating in dialogue or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement and not to award a contract at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract.
Important notice:
This Contract Notice must be read in full together with the procurement documents being released at this stage of the procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal.
Transparency:
HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the general public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, potential providers who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf).
Only documentation related to the award will be published. The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property rights;
(d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000);
(e) third party confidential information;
(f) IT security; and
(g) Prevention of fraud.
Freedom of information (FOI):
The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.
six.4) Procedures for review
six.4.1) Review body
Government Body
102 Petty France
London
SW1H 9AJ
Country
United Kingdom