Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
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
Country
United Kingdom