Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
CCMD-PrisonEducationService-Programme@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
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 & YOI Parc Learning & Skills Provision
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Learning & Skills provision is to deliver a minimum of 600 adult and 60 Children Leaning & Skills activity places per day in educational blocks, house blocks, outdoor areas and vocational workshops and also deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare and wing based etc.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £26,366,581 / Highest offer: £40,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 75231200 - Services related to the detention or rehabilitation of criminals
- 80400000 - Adult and other education services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
HMP & YOI Parc
two.2.4) Description of the procurement
The Authority's key objectives for the Contract are to:
• provide prisoners with education through delivery of Learning and Skills which better prepare them for employment and further education, and thereby contribute to the rehabilitative culture of HMP & YOI Parc and support the reduction of re-offending;
• allow for the delivery of a ‘Whole Prison Approach’ to ensure the service provided is joined-up, streamlined and supports the integration of offender management, industries, custody, and health services;
• Ensure a safe and secure mobilisation process.
The Service – high level requirements
• The supplier is 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 supplier is expected to provide assessment and learning and skills places from the Service commencement date.
• The supplier is required to deliver a minimum of 600 Adult and 60 Children learning and skills full time activity places each day in the Education building, house blocks, outdoor areas and vocational workshops. The supplier also has to deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare, wing based, etc; It is expected that 50% of Adult workspaces will be provided with embedded learning.
• 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 supplier delivering Learning and Skills 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 and individual values. As real working environments, all prison facilities should be used in the delivery of learning including but not limited to:
• Vocational workshops
• Industries workshops provided by external contractors and in house
• Kitchens
• Physical education and gyms
• Laundry services
• Horticulture
• Libraries
• Outdoor vocational learning areas
• Recycling unit
• Wellbeing centre
It is currently anticipated that the Contract will include the ability for the Authority to remove the YOI (Children's) element of delivery from Year 5 at no additional cost to the Authority, which would lead to a change of use from moving 60 prisoner spaces from Youth to Adult. Please see the Contract for further information.
two.2.5) Award criteria
Cost criterion - Name: Service Delivery / Weighting: 35
Cost criterion - Name: People, Change and Culture / Weighting: 10
Cost criterion - Name: Delivery Support / Weighting: 20
Cost criterion - Name: Partnership & Investment / Weighting: 7.5
Cost criterion - Name: Mobilisation, Transition and Continuity / Weighting: 7.5
Cost criterion - Name: Legal Compliance and Financial / Weighting: 10
Cost criterion - Name: Social Value / Weighting: 10
two.2.11) Information about options
Options: Yes
Description of options
There is an optional extension period of 3 years.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-020011
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 December 2022
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
LTE Group
Manchester
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
No
five.2.3) Name and address of the contractor
Gower College Swansea
Swansea
Country
United Kingdom
NUTS code
- UKL18 - Swansea
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
London
Country
United Kingdom