Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice.
102 Petty France
London
SW1H 9AJ
Contact
yes-retender@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
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YOI Education Service Provision
two.1.2) Main CPV code
- 80310000 - Youth education services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is run under the light touch regime, there will be selection criteria and there will be award criteria. Further detail around this process will be included in the procurement documentation.
In order to participate in this procurement, bidders should sign up to the Authority’s electronic procurement portal found here:
https://ministryofjusticecommercial.bravosolution.co.uk/
The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.
The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.
The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.
The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:
The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;
activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier; for all Services, the Supplier must comply with any specific applicable Standards of the Authority.
the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services. The Authority does not bind itself to award any contract nor does it bind itself to accept any tender. The Authority reserves the right to change or cancel this procurement at any time. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential bidders.
two.1.5) Estimated total value
Value excluding VAT: £132,000,000
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
two.2) Description
two.2.1) Title
Lot No
HMYOI Cookham Wood
two.2.2) Additional CPV code(s)
- 75230000 - Justice services
- 75231210 - Imprisonment services
- 80000000 - Education and training services
- 80210000 - Technical and vocational secondary education services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
HMYOI Cookham Wood (postcode ME1 3JU),
two.2.4) Description of the procurement
The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.
The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.
The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.
The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:
The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;
activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;
for all Services, the Supplier must comply with any specific applicable Standards of the Authority.
the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.
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: £29,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2029
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
A mechanism for Optional services will be set out in the Contract suite
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
HMYOI Feltham
two.2.2) Additional CPV code(s)
- 75230000 - Justice services
- 75231210 - Imprisonment services
- 80000000 - Education and training services
- 80210000 - Technical and vocational secondary education services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
HMYOI Feltham (postcode TW13 4NP)
two.2.4) Description of the procurement
The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.
The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.
The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.
The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:
The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;
activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;
for all Services, the Supplier must comply with any specific applicable Standards of the Authority.
the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.
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: £31,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2029
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
A mechanism for Optional services will be set out in the Contract suite
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
HMYOI Werrington
two.2.2) Additional CPV code(s)
- 75230000 - Justice services
- 75231210 - Imprisonment services
- 80000000 - Education and training services
- 80210000 - Technical and vocational secondary education services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
HMYOI Werrington (postcode ST9 0WY)
two.2.4) Description of the procurement
The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.
The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.
The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.
The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:
The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;
activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;
for all Services, the Supplier must comply with any specific applicable Standards of the Authority.
the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.
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: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2029
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
A mechanism for Optional services will be set out in the Contract suite
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
HMYOI Wetherby
two.2.2) Additional CPV code(s)
- 75230000 - Justice services
- 75231210 - Imprisonment services
- 80000000 - Education and training services
- 80210000 - Technical and vocational secondary education services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
HMYOI Wetherby (postcode LS22 5ED)
two.2.4) Description of the procurement
This procurement is run under the light touch regime, there will be selection criteria and there will be award criteria. Further detail around this process will be included in the procurement documentation.
In order to participate in this procurement, bidders should sign up to the Authority’s electronic procurement portal found here:
https://ministryofjusticecommercial.bravosolution.co.uk/
The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.
The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.
The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.
The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:
The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;
activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier; for all Services, the Supplier must comply with any specific applicable Standards of the Authority.
the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services. The Authority does not bind itself to award any contract nor does it bind itself to accept any tender. The Authority reserves the right to change or cancel this procurement at any time. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential bidders.
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2029
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
A mechanism for Optional services will be set out in the Contract suite
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
This procurement falls within the exemption afforded by the Light Touch Regime.
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: 2021/S 000-000818
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 October 2021
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
See link for PIN: https://www.find-tender.service.gov.uk/Notice/000818-2021
Scope of the Requirement
We require Suppliers to design and deliver a “core education service” for children and young adults in the YOIs - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum will include (but not be limited to) literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (“ESOL”), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the curriculum. A flexible and responsive approach from the Supplier is therefore essential to delivery of the Services.
The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.
The core service at HMYOI Wetherby will include library services from contract commencement.
Other activities covered within the scope of the requirement include working with other partners providing services to the YOI and ICT services related to education.
We may require the provision of certain optional services and/or additional services. There is no obligation for us to take any such services from the Suppliers and nothing shall prevent us from receiving services that are the same as or similar to the optional services or the additional services from any third party.
Optional Services HMYOI Wetherby: Youth Work
Optional Services HMYOI Feltham: Youth Work and Library Services
Optional Services HMYOI Cookham Wood: Youth Work and Library Services
Optional Services HMYOI Werrington: Youth Work and Library Services
The library is a service for children and young adults at the YOIs to use, borrow and exchange books and to access other resources such as newspapers. A service must be provided to those who are not able to visit the library in person including those subjects to separation or for other reasons.
Youth work encompasses a broad range of activity designed to engage children and young adults at the YOIs in meaningful personal and social development processes. Such activity might include running youth clubs and one-to-one support and facilitating the engagement of those in custody with education and other on-site activities.
Suppliers may be offered the opportunity to deliver additional educational services, for example learning through drama or music interventions, adding to existing education provision as needs arise. The values for these services including the optional services is estimated to be £1.9M across the 4 Lots.
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
London
Country
United Kingdom