Tender

Monitoring Device and System Services (MDSS)

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2022/S 000-022617

Procurement identifier (OCID): ocds-h6vhtk-035134

Published 16 August 2022, 12:54pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

EMFS Team

Email

CCMD-EMFS@justice.gov.uk

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

Email

CCMD-EMFS@justice.gov.uk

Country

United Kingdom