Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
mojprocurementoperationalgoodsandservices@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region 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
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
mojprocurementoperationalgoodsandservices@justice.gov.uk
two.1.2) Main CPV code
- 18110000 - Occupational clothing
two.1.3) Type of contract
Supplies
two.1.4) Short description
The provision of a Managed Service to supply Prison Officer Uniform garments, footwear and accoutrements to the prison estate across the UK.
two.1.5) Estimated total value
Value excluding VAT: £25,838,419
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
This contract will cover the purchasing of uniform garments, footwear and accoutrement items required for Prison Officers to undertake their duties in the prison establishment and delivers to an estimated 108 sites for approximately 28,000 officers.
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: £25,838,419
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 July 2026
End date
23 July 2030
This contract is subject to renewal
Yes
Description of renewals
1 x 2 year extension provision
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
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: 2024/S 000-015034
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
6 December 2024
Local time
12:00pm
Changed to:
Date
13 December 2024
Local time
2:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 December 2024
Local time
2:00pm
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
Please be advised all details of requirements are available in the Invitation to Tender documents in the Project prj_12111 in the Attachments Folder. These attachments include the Instructions for Bidders, the Model Terms and Conditions and Schedules, the Specifications (Service and Goods requirements) the Officer Trial document, the Financial Response Template and all other related policies and required documentation.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit