Tender

Supply of Prisoner and Non-Prisoner Food

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2024/S 000-023789

Procurement identifier (OCID): ocds-h6vhtk-03df68

Published 30 July 2024, 3:13pm



The closing date and time has been changed to:

11 October 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

Stephen Greiff

Email

Stephen.Greiff1@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-justice

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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

Supply of Prisoner and Non-Prisoner Food

Reference number

Prj_5502

two.1.2) Main CPV code

  • 15000000 - Food, beverages, tobacco and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is undertaking this procurement, via the Open procedure, with the aim of awarding to a single supplier to provide the provision of food and drink products across across the prison estate in England and Wales; this equates to a population of approximately 87,400 prisoners (as of 26th July 2024) in addition to provision for some staff facilities and visitor centres. This provision aids the Authority in fulfilling its statutory and policy obligations in relation to ensuring prisoners have access to food and drink.

The Authority requires a single supplier with the ability to perform the specification as set out in the Invitation to Tender.

The contract will be let on the basis of an initial term of 03/05/2026 to 02/05/2031. Further options are available which may take the total contract term to an end date of 02/05/2034 on a 2 years (03/05/2031 to 02/05/2033) plus 1 year (03/05/2033 to 02/05/2034) basis.

Price review clauses also apply at regular intervals throughout the contract term as detailed in the Terms and Conditions.

two.1.5) Estimated total value

Value excluding VAT: £879,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15200000 - Prepared and preserved fish
  • 15300000 - Fruit, vegetables and related products
  • 15500000 - Dairy products
  • 15830000 - Sugar and related products
  • 15840000 - Cocoa; chocolate and sugar confectionery
  • 15850000 - Pasta products
  • 15860000 - Coffee, tea and related products
  • 15870000 - Condiments and seasonings
  • 15890000 - Miscellaneous food products and dried goods
  • 15891000 - Soups and broths
  • 15893000 - Dry goods
  • 15894000 - Processed food products
  • 15896000 - Deep-frozen products
  • 15897200 - Canned goods

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
Main site or place of performance

Prisons across England and Wales

two.2.4) Description of the procurement

This provision will cover prisons in England and Wales.

The Authority requires a single supplier with the ability to perform the specification as set out in the Invitation to Tender.

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: £879,600,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

INITIAL TERM: 60 MONTHS (03/05/2026 to 02/05/2031)

+ 24 MONTHS EXTENSION (03/05/2031 to 02/05/2033)

+ 12 MONTHS EXTENSION (03/05/2033 to 03/05/2034)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Price review clauses apply at regular intervals throughout the contract term as detailed in the Terms and Conditions.

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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-019306

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

Originally published as:

Date

27 September 2024

Local time

12:00pm

Changed to:

Date

11 October 2024

Local time

12:00pm

See the change notice.

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

Tender must be valid until: 3 May 2026

four.2.7) Conditions for opening of tenders

Date

27 September 2024

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom