Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
EMFS Team
Telephone
+44 02033343555
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
www.gov.uk/government/organisations/ministry-of-justice
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Monitoring Device and System Services (MDSS)
Reference number
7051
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Ministry of Justice (MoJ) is launching a procurement process for the provision of electronic monitoring services (EMS), principally across England and Wales but with some limited service provision in Northern Ireland and Scotland.
EMS are currently used to facilitate the curfew of a subject, the majority given either a Community Order, Court Bail Order or released on licence (collectively referred to as ‘Orders’). The execution of EMS is governed by the Criminal Justice and Court Services Act 2000, the Power of Criminal Courts (Sentencing) Act 2000, the Criminal Justice Act 2003 and the Criminal Justice and Immigration Act 2008.
MDSS is a service which will be delivered under one national contract for all monitoring devices and supporting systems.
MDSS includes packaging various monitoring device related functions together, which will include:
the provision of all monitoring devices (location monitoring, radio frequency, alcohol monitoring and non-fitted devices) (“Devices”) based on demand
the systems and functions underpinning the delivery of the Devices, including mobile network provision
application development and operation including incident resolution and release management
server and network supply and support;
specific capabilities in connection with Devices:
configuration and repair
failure root cause identification
installation and configuration training
investigating tampering.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The successful supplier will be awarded a contract to deliver MDSS nationally. The contract will run for an initial period of 6 years with an option to extend for a further 2 years.
This is a critical service for the MoJ requiring the Supplier to develop a strategic partnership with the MoJ to support the development of the Device market, drive product innovation, change and the delivery of continuous improvement in product delivery over the life of the contract.
The Supplier will need to collaborate with the Field Monitoring Service (FMS) supplier to deliver various Device related functions together.
The supplier will be required to ensure that MDSS provides a continuous supply of all Devices and systems to support EMS users.
Currently, c15k individuals a year are subject to EMS and volumes are expected to increase throughout the duration of the contract. From the start of the contract in 2024 the supplier must be able to provide the following Devices and systems:
GPS Tags
RF tags
Non-fitted Devices
Transdermal Alcohol Monitoring Devices
Remote Breath Alcohol Monitoring Devices
The MoJ may, during the term of the contract, add to or amend the scope of EMS so volumes and values expressed in this notice are indicative only and might be 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
80
This contract is subject to renewal
Yes
Description of renewals
Any contract awarded as a result of this Tender will consist of:
• 8 months of mobilisation activity between the Effective Date and the last Operational Services Commencement Date on the 1st February 2024, and 6 years delivery from the 1st February 2024 to the 31st January 2030. The Contract has an option to further extend the delivery of services by up to two years in one or multiple stage.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 100
two.2.10) Information about variants
Variants will be accepted: Yes
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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.1.8) 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 000-019083
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
This procurement will be managed by the Authority utilising the MOJ e-sourcing portal (also known as Jaggaer); Ministry of Justice Sourcing Portal (bravosolution.co.uk) Suppliers that are not already registered on the portal will need to register.
Only those suppliers that believe they can deliver the MDSS should register their interest in the procurement by no later than midnight on the 15th of September, via the MOJ e-sourcing suite PQQs Open to all Suppliers – PQQ_296 and ITT_6374
Any supplier that does not register before this date will not be able to participate in the competition for MDSS.
It is planned that on the 15th August 2022 all registered suppliers for MDSS will be provided access to the Selection Questionnaire for completion by 10am on the 15th September 2022 and also issued the Invitation to Participate in Dialogue for response by 10am on the 29th September 2022.
The MoJ will hold a supplier event for registered suppliers on a date to be confirmed to supplement the issuing of key documentation as set out above.
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
London
Country
United Kingdom