Tender

Field and Monitoring Service

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2022/S 000-026294

Procurement identifier (OCID): ocds-h6vhtk-0369c7

Published 20 September 2022, 6:55pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

CCMD-EMFS@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

Region 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

Field and Monitoring Service

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

he Ministry of Justice (MoJ) are preparing to initiate a procurement

process for the future provision of services for Electronic Monitoring

(EM) across England and Wales. To note some provision requires limited

services in Northern Ireland and Scotland as appropriate.

EM

services 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

electronic monitoring and related services are governed by the

provisions of 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.

The future EM service will be delivered under two distinct contracts:

Monitoring

Device Systems Service (MDSS) - A service delivered under one national

contract for all monitoring devices and supporting systems.

Field

and Monitoring Service (FMS) - A service delivered under one national

contract for field and monitoring services. The MoJ will run two

distinct and separate procurements for MDSS and FMS with each

procurement resulting in the award of a single national contract. This

procurement is for FMS.

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 Authority is looking for a single supplier for the provision of FMS

as part of the EM Future Service programme. The FMS supplier is

responsible for:

Installing, configuring, testing, repairing/replacing and removing monitoring equipment from individuals.

Operating the Contact Centre which acts as the single point of contact for all services provided as part of EM

Operating

the monitoring service which undertakes all monitoring, including

subject monitoring, technical monitoring and contact centre

functionality.

The field service is also responsible for:

Instructing subjects on the use of equipment and any technical tasks

they need to undertake e.g. charging of Devices and any adjustments to

monitoring equipment, subject compliance and well-being visits.

Field Officer scheduling and logistics management and the provision of suitable tool sets.

Monitoring equipment stock management to ensure there is enough stock to meet demand.

This is a critical service for the MoJ requiring the development of a

strategic partnership with the MoJ. The MoJ may, during the contract

term, add to or amend the scope of EM in accordance with ministerial

ambitions and their longer-term strategy.

Although the MoJ is the

contracting authority for the procurement of FMS and will be the

contracting counterparty for FMS, it intends to allow other government

departments and arms-length bodies to have access to FMS via its

contract as service recipients who may add further service required. The

integration, collaboration and delivery of MDSS and FMS together as a

single service is critical to the successful delivery of EM, so the

procurements will be run broadly alongside each other and lead to

aligned implementation and go-live of the new EM service.

Suppliers

who bid for FMS may also bid for MDSS and, subject to the MoJ’s

requirements in each procurement process, the same supplier may be

awarded the contracts for both MDSS and FMS.

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:

• 6 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.2.10) 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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

20 October 2022

Local time

10:00am

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 FMS should register their interest in the procurement

by no later than midnight on the 19th of October, via the MOJ e-sourcing suite PQQs Open to all

Suppliers – PQQ_300 and ITT_6513

Any supplier that does not register before this date will not be able to participate in the competition for

FMS

It is planned that on the 20th September 2022 all registered suppliers for MDSS will be provided access to the Selection Questionnaire for completion by 10am on the 20th October 2022 and also issued the Invitation to Participate in Dialogue for response by 10am on the 20th October 2022.

The MoJ will hold a supplier event for registered suppliers on 20th September 2022 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