Opportunity

HMP Berwyn Learning & Skills Provision

  • Ministry of Justice

F02: Contract notice

Notice reference: 2022/S 000-024844

Published 5 September 2022, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

CCMD-HMP-Berwyn-Tender@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

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

Buyer's address

www.gov.uk/government/organisations/ministry-of-justice/about/procurement

one.3) Communication

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

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

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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HMP Berwyn Learning & Skills Provision

Reference number

prj_8056

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Ministry of Justice (MoJ) is tendering the Learning and Skills provision for HMP Berwyn, Wrexham North Wales.

The Learning and Skills provision is to deliver a minimum of 488 and a maximum of 609 Learning and Skills activity places per day across 21 classrooms and 3 vocational workshops and embedded across the prison.

two.1.5) Estimated total value

Value excluding VAT: £33,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKL2 - East Wales

two.2.4) Description of the procurement

The Learning and Skills provision is to deliver a minimum of 488 and a maximum of 609 Learning and Skills activity places per day across 21 classrooms and 3 vocational workshops and embedded across the prison.

The Authority's key objectives for the Contract are to:

• Allow for the delivery of a ‘Whole Prison Approach’ to ensure the service provided is joined-up, streamlined and supports the integration of the industries, custody, education and health services;

• Provide prisoners with employability skills which better prepare them for employment and thereby contribute to the rehabilitative culture of HMP Berwyn and support the reduction of re-offending;

• Deliver high quality learning and the vision for the prison;

• Embed Learning and Skills within the prison through a delivery model that is engaging and motivational and removes barriers to learning.

The Service - high level requirements:

• The successful Bidder shall be required to design the provision to meet the learning needs of the prison population, the education and employment opportunities in the resettlement areas prisoners return to following release from custody and to fit the prison's core day and operational conditions.

• The successful Bidder will be expected to provide assessment and learning and skills places from the Service commencement date.

• The aim of the daily regime at the Prison is to create a balanced and integrated regime. All Prisoners will have the opportunity to be out of their cell and participate in learning activities except when the needs of safety and security prevent it, or a Prisoner is undergoing punishment including Basic Regime under the IEP scheme.

The successful Bidder will share the vision for the prison and will have an important role in promoting the learning culture throughout the prison and demonstrate support for the organisational values.

The Contract has a four (4) year initial duration, plus an optional two (2) year extension and a further one (1) year extension if agreed by both the Authority and the Supplier.

The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITT, which is comprised of a number of volumes, is available only in electronic format via the eSourcing Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the eSourcing Portal.

Link to the eSourcing Portal:

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

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: £33,000,000

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

Start date

5 October 2023

End date

4 October 2027

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: 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions 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 000-005353

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

Date

28 October 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 November 2022

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: 6 (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

Procurement procedure:

This requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. Under the Light Touch Regime, the Authority is not obliged to observe the full requirements of the Regulations, including the detailed rules and timescales applicable to the procurement procedures covered by the Regulations. Consequently, this procurement is being run in accordance with the Light Touch Regime as a bespoke procurement process following an SQ stage, Dialogue Stage (not evaluated) and ITT Stage. The Authority is not bound by the rules for competitive dialogues set out in Regulation 30. This is irrespective of the use of this standard notice (the Authority is unable to use the Light Touch Regime notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement.

The eSourcing Portal and procurement documents:

The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITP, which is comprised of a number of volumes, is available only in electronic format via the eSourcing Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the

eSourcing Portal.

Award of contract:

The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest, participating in dialogue or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement and not to award a contract at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract.

Important notice:

This Contract Notice must be read in full together with the procurement documents being released at this stage of the procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal.

Transparency:

HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the general public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore potential providers who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf).

Only documentation related to the award will be published. The prescribed grounds for redaction are:

(a) national security;

(b) personal data;

(c) information protected by intellectual property rights;

(d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000);

(e) third party confidential information;

(f) IT security; and

(g) Prevention of fraud.

Freedom of information (FOI):

The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.

six.4) Procedures for review

six.4.1) Review body

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Country

United Kingdom