Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
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
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.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2021/S 000-021540
Section seven. Changes
seven.1) Information to be changed or added
seven.1.2) Text to be corrected in the original notice
Section number
IV.2.2
Instead of
Text
Date 15 October 2021 Local time 12:00pm
Read
Text
09 November 2021
Local time
12:00pm
seven.2) Other additional information
The original notice, at section IV.2.2 (Time limit for receipt of tenders or requests to participate), included the following date and time
Date 15 October 2021 Local time 12:00pm
This is to be replaced with the following date and time:
Date
09 November 2021
Local time
12:00pm