Opportunity

HMP Academies

  • Ministry of Justice

F02: Contract notice

Notice reference: 2023/S 000-006583

Published 7 March 2023, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

Kit.Henderson@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - United Kingdom

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.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

Other activity

Prisoner Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HMP Academies

Reference number

Prj_9130

two.1.2) Main CPV code

  • 80500000 - Training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is looking for suppliers to join a framework for HMP Academies.

The Employability Innovation Fund was announced in the Prisons Strategy White Paper to “enable Governors to work with more employers and training providers to repurpose workshops, deliver sector specific skills training to meet the changing needs of the economy and smooth the path from prison to employment”

As a result, His Majesty’s Prison and Probation Service (HMPPS) is now seeking to develop its academy delivery model within prison work and learning environments and is seeking to do so in partnership with more employers to deliver sector specific skills training to meet the changing needs of the economy and smooth the path from prison to employment.

We know that having a job to go to on release from prison can significantly reduce the chance of reoffending and employers can benefit from securing committed and skilled people to fill gaps in the UK economy.

HMP Academies are workspaces hosted by employers that have a clear emphasis on providing specialist vocational training and offer the prisoners participating in them significant skills development and employment opportunities that can significantly impact reducing re-offending rates. Whilst there are a small number already established in prisons, we want to do much more.

To achieve this, we are seeking to procure additional HMP Academies hosted by employers by engaging with a diverse range of businesses from across all sectors that can offer prisoners a second chance

HMP Academies are separate to the Future Skills Programme (FSP) (procurement to commence March 2023) and Prisoner Education Service (PES) programme for which some suppliers may have already registered for market engagement. These programmes are separate but form part of our overarching ambition to ensure prisoners can access the skills and qualifications they need to get into employment on release.

The PES programme will deliver future Adult Prisoner Education Services (PES) in England. We have commenced Market Warming with a wide range of prospective suppliers, If you have not registered for PES market warming and next steps you can still obtain information register here https://www.contractsfinder.service.gov.uk/Notice/a3b29677-949f-42c2-98be-250417ef9603 . We anticipate commencing the Core Education procurement for PES this summer.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 55000000 - Hotel, restaurant and retail trade services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 75231200 - Services related to the detention or rehabilitation of criminals
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 79634000 - Career guidance services
  • 79998000 - Coaching services
  • 80000000 - Education and training services
  • 80500000 - Training services
  • 80511000 - Staff training services
  • 80530000 - Vocational training services
  • 80531000 - Industrial and technical training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services
  • 80590000 - Tutorial services
  • 98000000 - Other community, social and personal services
  • 98110000 - Services furnished by business, professional and specialist organisations

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

This Invitation to Tender is to establish a Framework for HMP Academies. Up to 35 suppliers will be onboarded onto this framework. This is a single lot national framework covering England and Wales. We have a provisional list of 17 prisons which will be using this framework and expect further prisons to do so. All prisons in England and Wales (including privately managed prisons) will be eligible to use the framework.

The provisional 17 prisons are:

HMP Cardiff, HMP Durham, HMP Coldingley, HMP Foston Hall, HMP Guys Marsh, HMP Highdown, HMP Leyhill, HMP Lincoln, HMP Liverpool, HMP Low Newton, HMP Bedford, HMP Preston, HMP Stoke Heath, HMP Sudbury, HMP Warren Hill, HMP Wealstun, HMP

Winchester

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: £1,000,000

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

Duration in months

48

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: Yes

Description of options

optional 24 month extension in addition to the original 48 month duration

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 35

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: 2022/S 000-025246

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

Date

31 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Country

United Kingdom